Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOURCES SOUGHT

20 -- Self Contained Acoustic Doppler (6)

Notice Date
5/22/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
NFFR70001702165
 
Point of Contact
Jules Gaynor, Phone: 206-526-4888, Crystina R Elkins, Phone: (206) 526-6036
 
E-Mail Address
jules.gaynor@noaa.gov, crystina.r.elkins@noaa.gov
(jules.gaynor@noaa.gov, crystina.r.elkins@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment for an RFP in the future and it is not considered to be a commitment by the Government to award a contract. The Government will not pay for any information or administrative cost incurred in response to this announcement. No basis for claim against the Government must arise as a result from a response to this RFI or Government use of any information provided. Disclaimer and Important Notes: The National Oceanic and Atmospheric Administration (NOAA) is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. The purpose of this RFI is to improve the understanding of Government requirements and industry capabilities. This allows potential offerors to participate and provide information how they can satisfy the Government's requirements. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market place. It is the responsibility of the potential offerors to monitor Federal Business Opportunities (FBO.GOV) for additional information pertaining to this requirement. For information regarding this acquisition, contact the Contracting Officials listed herein. This exchange of information must be consistent with procurement integrity requirements (See FAR 3.104). Interested parties include potential offerors, end users, Government acquisition and supporting personnel, and others involved in the conduct or outcome of the acquisition. BACKGROUND: The Antarctic Ecosystem Research Division (AERD) has managed and implemented NOAA’s U.S. Antarctic Marine Living Resources (AMLR) Program since 1986. The U.S. AMLR Program includes a program of pelagic ecological research designed to investigate links between the physical environment, krill, and krill-dependent predators (e.g., penguins and pinnipeds),and to understand the ecosystem effects of commercial krill fishing. Changing data requirements to address basic scientific questions necessary for management decision-making cannot be collected without local measurements of the circulation and have not been collected at the appropriate space and time scales during large-scale acoustic surveys previously conducted as part of the U.S. AMLR Program. To accomplish this task, The US AMLR Program is developing an autonomous program to collect data at appropriate time and space scales. As part of this program the Antarctic Ecosystem Research Division of the Southwest Fisheries Science Center has a need/requirement for six (6) Self-Contained (SC) Acoustic Doppler Current Profilers and Wideband Echo Sounders (ADCP/E) for the determination of water currents and backscatter to be deployed in the Southern Ocean. Objectives This acquisition will allow the U.S. AMLR Program to conduct research in support of NOAA and Department of State (DoS) requirements to meet the goals of the Convention for the Conservation of Antarctic Marine Living Resources (CCAMLR). By integrating a wide-band echo sounder with an ADCP, quantitative estimates of krill flux over the instruments can be made. By using multiple instruments krill flux through fishing areas and relationships to predators can be made. Scope The vendor must provide six (6) self-contained acoustic doppler current meters with integral wide band echo sounders and ancillary software and buoys to deploy and manage data collection from these instruments. Tasks The Acoustic Doppler Current Profiler must meet the following specifications: 1. Operates at a frequency with the range of 75 to 100 kHz with three or four beams, with the ability to resolve currents and targets from the echogram at the surface from position at a minimum of 350m depth. 2. Must have an integrated center mounted wide-band echo sounder capable of resolving the frequencies in the range between 70 and 110 kHz. The instrument must collect and store raw data (voltage and Sa) across the full bandwidth and provide software to define and process frequency bands (match processing, single ping target identification, etc.). 3. The instrument must be customizable to define frequency bands (i.e. channels) for storage (up to three), and able to collect and store raw data (Voltage and Sa) from the three channels. 4. Must provide software for the setup, display and manipulation of both the ADCP and echo sounder data. The software must have a calibration module to be used for the calibration of each beam of the ADCP and the wideband echo sounder using standard sphere techniques. The software should output data in a variety of commonly used data formats (e.g. NETCDF, MATLAB, CSV). 5. Use broad band signal processing to ensure the highest quality data with minimal noise by using broadband pulses to make multiple measurements of phase with a single ping. 6. Has a pressure rating of at least 1500 meters. Must be equipped with sufficient battery power to last the planned duration of the deployments, 7 months, so the information provided should reflect battery power necessary for a deployment with the ADCP measuring every 20 minutes with a 6-8 m bin width of approximately ~100 pings, and the wide band echo-sounder recording raw data every twenty minutes for 100 seconds with a 0.5 Hz sampling rate. 7. DC voltage range can vary between 10.5 to 45VDC 8. Rs232/ 422 or Bluetooth or Ethernet communications for data downloading and mission parameter instructions. Sufficient on board memory storage should be available for the planned duration. 8. Inclusion of buoyancy. As part of this solicitation the offeror must include six (6) 47 to 49 inch 47”- 49" diameter syntactic foam spheres with depth rating of 1000m. These buoys must have a urethane buoy coating, can be colored white, yellow or orange. The buoys must have a Seawater buoyancy of 500kg at 500m, must include all hardware to mount ADCP/E. The integral support frame of the buoy must be made of 316 Stainless Steel, 3/4" stock, electro-polish finish, and the terminal ends of the frame to include isolation bushings and will accept 1/2" safety shackle pin after isolators are installed. Bracing of the integral support frame must not block acoustic transmission from the ADCP/E unit. Accommodation for a marker beacon must be provided. If the offeror proposes alternative buoy design (elliptical), the buoyancy must be equivalent to ensure that the instrument to will not be subjected to significant deviations (leading to loss of data quality) in the angle of the instrument in currents of up to 1.5 m sec-1. All other requirements of the mooring buoy must be as above. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) There is no GFP for this requirement. Security There is no security requirement as the equipment can be delivered. Travel There is no vendor travel associated with this product. The successful vendor will host training classes at the vendor’s training facility. Special Material Requirements There are no special material requirements. However, given that lithium batteries may be used to power these instruments, appropriate shipping requirements must be met by the vendor when shipping the instruments to the Government. Other Unique Requirements Prior to acceptance, the vendor will be required to demonstrate that the technical requirements of the statement of work (SOW) are met. This can be accomplished, for example, by deploying the instrument and recording sufficient data (three to four days, vertical excursions over the target operating range) with all instruments (CTD-O, Acoustic transducers, and fluorometers) operating to verify that the SOW is met. Sources intending to respond to this RFI should thoroughly review the aforementioned and submit the following information: A. Capability statements expressing interest in this requirement, describing your company and its capability to meet the minimum requirements stated in this RFI with a description of your proposed services and supplies that would meet the requirements. Interested parties should provide sufficient detailed information which demonstrates the technical capability of the proposed product to meet the Government requirements through the submission of product literature, technical features and warranty provisions, etc; B. Identification of your firm's business size. (Note: NAICS 334511 applies to this acquisition with the small business size standard being less than 1,250 employees). Indicate if your business is a socio-economic concern (e.g. SDVOSB, WOSB, 8(a), etc.) C. Cage Code and DUNS number. D. Submit two (2) separate references which clearly address recently completed (Federal, State, and local government and private) contracts, subcontracts, and grants, relevant to the type of supplies required under this RFI. Referenced contracts must demonstrate relevant experience that describes work over the past three years which illustrates the successful completion of this supply project. Interested vendors may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government will consider this information, as well as information obtained from references listed in the proposal, knowledge of Government personnel, or other information regarding the offeror’s performance on relevant contracts. E. Provide estimated timeframe of delivery. Please send your submission via email to the attention of Contact Specialist (CS) Jules Gaynor ( jules.gaynor@noaa.gov no later than Tuesday May 30, 2017, 1:00 p.m. PST. The response must be submitted electronically in PDF. The response must be no more than 15 single-sided, single-spaced pages, and use a minimum font of 12 point (Times New Roman) on 8 ½ x 11-inch paper. Each page should be separately numbered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFR70001702165/listing.html)
 
Place of Performance
Address: The instruments must be delivered to the Government at the Southwest Fisheries Science Center, La Jolla CA., La Jolla, California, United States
 
Record
SN04517335-W 20170524/170522234906-0fe403112983ef6d6d43263724a42285 (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.