Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
SOURCES SOUGHT

59 -- Ocean Wave Glider for Tsunami Research

Notice Date
5/28/2010
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133R-10-RQ-0758
 
Point of Contact
Michael M Drummond, Phone: 206-526-6031
 
E-Mail Address
Michael.Drummond@noaa.gov
(Michael.Drummond@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. NOAA intends to award a procurement for an ocean wave glider for tsunami research. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified Small Business concerns capable of providing an autonomous wave glider than harvests wave power for locomotion and has means to provide continuous electrical power (~1 watt) in latitudes 40N to 40S. The autonomous vehicle needs to have a continuous surface presence so that the electronics can link up with satellite communications at any time. The command and control of the vehicle should be in near‐real-time (<5 minutes) and globally operational. The vehicle must be capable of housing a USG provided tsunami mission payload that is approx 25cm x 25cm x 15cm and have the capability to attach and communicate with subsurface acoustic modems. This subsurface connection should be between 5m‐10m of depth and must have an electro‐mechanical connection to provide data and power. The basic vehicle must have a proven performance of missions >10 months and must have demonstrated station holding within a 200m watch circle for >5 days. The vehicle must also have demonstrated long distance travel (>1000km) at average mission speed >1 kt, using GPS navigation. During the planned testing of the vehicle the Government would like the vendor to pilot the vehicle to the designated testing grounds, currently planned to be offshore Hawaii. There will also need to be some engineering integration with the vendor to design and install the payload into the vehicle and to understand and work with the mechanical and electrical sub‐systems. Fully integrated shore‐side testing will be required prior to the planned 120 days at‐sea test, for which the glider will remain on station and communicate with a USG provided seafloor instrument. Additional specifications include the following: (1) two‐person portable; (2) deployable from small boat; (3) air‐freight compatible; (4) modular mechanical, electrical interfaces for NOAA payload integration; (5) maintenance free for extended periods (>10 months); and (6) web‐page software to display glider location and waypoints. It is anticipated that a firm-fixed price contract for the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division (WAD) will be awarded. The North American Industry Classification Code (NAICS) is 334516 with a size standard of 500 employees. The Federal Supply Classification (FSC) Code is 5985. All contractors doing business with the Government are now required to be registered with the Central Contractor Registration (CCR). NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Interested firms should submit in writing, its name, address, point of contact, telephone number, business type and size and a brief narrative regarding its capability to provide the required services. It is the Government's intent to analyze responses from firms which can operate in the areas of consideration as specified above. In the event that firms are not considered qualified in these areas, the Government may seek firms which can provide the required services nationally and without restriction to size standards. Detailed information must be submitted by mail to the U.S. Department of Commerce, NOAA, WAD, 7600 Sand Point Way NE, Seattle, WA 98115-6349, ATTN: Michael Drummond, or to the email address below by 12:00 noon, June 11, 2010. Questions of any nature may be addressed in writing to Michael.Drummond@noaa.gov. NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133R-10-RQ-0758/listing.html)
 
Place of Performance
Address: Hawaii (offshore), United States
 
Record
SN02163279-W 20100530/100528235307-76ab594bd256c93d807c314de761e4c8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.