Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOURCES SOUGHT

58 -- Dual Head Ultra-High Resolution Broadband Multi-beam Echo Sounder system - Sources Sought Requirement

Notice Date
7/20/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-18-S-0023
 
Archive Date
8/11/2018
 
Point of Contact
James D. Neal, Phone: 4155036891, Mary Fronck, Phone: 415-503-6554
 
E-Mail Address
james.neal@usace.army.mil, mary.fronck@usace.army.mil
(james.neal@usace.army.mil, mary.fronck@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Requirements This announcement is a SOURCES SOUGHT NOTICE for Market Research only; this is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought notice is to determine interested parties, socioeconomic status availability, and capabilities. The Government intends to use responses to this sources sought notice to make an appropriate acquisition decision for this project. The NAICS Code 334511 -- Search, Detection, Navigation, Guidance, and Nautical System and Instrument Manufacturing. The Small Business Size standard for this NAICS is 750 employees and Product Service Code is 5845 - Underwater Sound Equipment. ITEM DESCRIPTION: Dual Head Ultra-High Resolution Broadband Multibeam Echo Sounder: • Sonar Heads & Mounting Brackets: The system will have two sonar heads with the capability of being reconfigured to operate with only one sonar head. The system shall have two sonar head mounting brackets, one for using two sonar heads and one for operating with one sonar head. • Input Voltage: The system voltage input shall be 100-230VAV 50/60Hz. • Wet-end Cable: The system transducer/receiver cable lengths shall be 10 meters. • System Head Weight: The system head weight shall not exceed 16 kg. • Transmitting Frequency: The system shall have the capability of user selected frequencies between 200 kHz and 400 kHz in 10 kHz intervals. • Across Track Beam Width: The system shall have across track beam width of no more than 0.5 degree at 400 kHz and 1 degree at 200 kHz. • Along Track Beam Width: The system shall have along track beam width of no more than 1 degree at 400 kHz and no more than 2 degree at 200 kHz. • Number of Beams: The system shall have user selectable beams between 20 and 1024. • Swath Coverage: The system shall have a max swath coverage of at least 220 degrees. • Typical Depth: The system shall have a typical depth of 0.5-180 meters @ 400 kHz and 0.5- 375 meters @ 200 kHz. • Max Depth: The system shall have a max depth of 300 meters @ 400 kHz and 575 meters @ 200 kHz. • Ping Rate (Range Dependent): The system shall have a user selectable ping rate of up to 50 pings per second. • Pulse Length: The system shall have user selectable pulse lengths of 15µsec to 10 msec. • Gates: The system shall have fixed depth and adaptive gates for noise reduction. • Swath Steering: The system shall have the ability to electronically steer swath up to 85 degrees port and starboard. • Tilt Head: The system software shall have the ability to adjust for tilt. • Depth Resolution: The system shall have at minimum 6mm or better depth resolution. • On The Fly Adjustments: The system shall have the ability to adjust all settings on the fly. • Continuous Wave & Frequency Modulation: The system shall be capable of operating in continuous wave or frequency modulation mode. • Hypack Integration: The system shall be capable of interfacing and be compatible with Hypack 2016 or newer for collection and processing data. • Independent Steerable High Density Swath Sector: The system shall have the ability to form an independent steerable high density swath sector within the full swath. • Outputs: The system shall output bathymetry, sidescan, snippets backscatter, full water column backscatter, compressed water column backscatter and normalized backscatter. • User Interface: The system shall be able to display bathymetry, sidescan and backscatter views simultaneously, and display real-time imagery during data collection, with adequate resolution and on-screen history to aid in search, location, identification and recovery applications. • Test Environment: The system shall have a build-in test environment. • Modular Configuration: The system shall have a modular configuration with separate serviceable projector, receiver, inertia unit, and processing units. • Quality Filters and Flags: The system shall employ quality filters and quality flags. • Inertia System: The system shall have inertia system integrated into the topside processing unit, with the sensors mounted at the sonar head(s). All cables provided. The inertia system shall have a roll/pitch accuracy of 0.01 degrees, heading accuracy of 0.010 degrees, heave accuracy of 5cm/5%, true heave accuracy of 2cm/2%. Inertia system data file outputs must be compatible with POSPac version 8.0 or newer. Software license(s) and/or dongle key must be included. • Windows Compatible Computer: The system shall include a rack mountable windows compatible computer with Windows 10 Professional pre-installed, Intel I7 or comparable processor, 32 gigabytes of DDR RAM memory or better, and at least 1 terabyte solid state hard drive(s). LOCATION OF SERVICES: Sausalito, CA. 94965 SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE 1. Point of Contact name, email address, and phone number. 2. CAGE Code and DUNS number if available. 3. In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. Anticipated solicitation issuance date is Early August 2018. An official synopsis citing the solicitation number will be issued on Federal Business Opportunity (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. All interested contractors should notify this office in writing by email by 12:00PM Pacific Time on July 27, 2018. Submit response and information via EMAIL to james.neal@usace.army.mil RESULT INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought notice, who fail to provide all the required information requested, will not be used to help by the government to make t the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-18-S-0023/listing.html)
 
Place of Performance
Address: Sausalito, California, 94965, United States
Zip Code: 94965
 
Record
SN05001185-W 20180722/180720230932-a1f327135c298f302684f4effa4f84ad (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.