Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
SOLICITATION NOTICE

B -- Enhanced Measurement Capability for ScanFish

Notice Date
12/31/2014
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/Supply, 4555 Overlook Ave S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-15-Q-0076
 
Archive Date
2/6/2015
 
Point of Contact
Kerry Callahan, Phone: 202-767-3595
 
E-Mail Address
kerry.callahan@nrl.navy.mil
(kerry.callahan@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Research Laboratory intends to award to Offshore Analysis and Research Solutions, on other than full and open competitive basis for 1 each Enhanced Measurement Capability for ScanFish (JAROSZ), 1 each ScanFish Rocio multi-purpose ROTV System comprising: - ScanFish III ROTV including altimeter, motion & depth sensors, -Flight control & monitor software, -2U 19" rack-mount topside power & communication unit, - deck cable 30m, -Payload connectors 6x Subcon (RS232/422/485/analog/digital), -Prepared for 7 internal payload compartments, -Mutiplexer - payload data available as virtual COM ports, - Transportation box, head-treated, water-resistant plywood, -Solidworks or CAD DWG showing instrument placement in ScanFish.1 each Wet Labs AC9 In-situ spectrophotometer, mechanical and electrical integration, 1 each Wet Labs Eco-triplet FL3, mechanical and electrical integration, 1 each Wet Labs Eco-triplet BB3, mechanical and electrical integration, 1 each Wet Labs DH4 Data Handler, mechanical and electrical integration, 1 each Wet Labs C-Star Transmissometer (25 cm path length), mechanical and electrical integration, 1 each SBE5, mechanical and electrical integration, 1 each SB349 FastCAT CTD, mechanical and electrical integration, 1 each SBE43-2a Dissolved Oxygen, mechanical and electrical integration, 1 each Satlantic OCR-507 Radiometer sensor, mechanical and electrical integration, 1 each Location pinger (Benthos ELP-362A or similar), mechanical and electrical integration, 1 each Trade-in of existing ScanFish II system to new ScanFish III ScanFish Rocio multi-purpose ROTV system comprising of -ScanFish III ROTV including altimeter, motion & depth sensors, - Flight control & monitor software, - 2" rack-mount topside power & communication unit, -Deck cable 30m, -Subsea cable termination, -Payload connectors 6x Subcon (RS232/422/485/analog/digital), -Prepared for 6 internal payload compartments, - Multiplexer -payload data available as virtual COM ports, -Transporation box, head-treated, water-resistant plywood., 1 each O-ring spars part kit for pressure housing, 1 each ScanFish III spare parts kit-Complete flap, 1 each NaviPac Plus Integrated Navigation Software including NaviEvent online eventing and 3D visualization capability, interfaces comprise: -2x navigation sensors, -1x special input (GPS time sync), -2x gyro, -1x singlebeam echosounder, -2x attitude/motion, - 3x output. 1 each Custom software development for automatic winch control of ScanFish III. (Microsoft IE required). Sole source based on requirements being unique to Offshore Analysis and Research Solutions. Vendors who feel that they can provide the above requirement shall fully identify their interest and submit their capabilities to meet the above requirements within 15 days after the publication of this synopsis. Responses received after 15 days or without the required information will be considered non-responsive to the synopsis and not be considered. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: Vendors will be ineligible for award unless they have registered in the System for Award Management 1.01 (SAM) database. Information on SAM registration and annual confirmation requirements can be obtained via Internet at http://www.sam.gov or by calling the Service Desk US Calls: 866-606-8220 and International Calls: 334-206-7828 and DSN: 809-463-3376.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/3400/N00173-15-Q-0076/listing.html)
 
Record
SN03607294-W 20150102/141231234044-ee32a4487a85654914f4274a33852edb (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.