Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SPECIAL NOTICE

99 -- Notice of Intent to Single Source

Notice Date
6/1/2022 1:39:36 PM
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
NF-FKH010-22-02407
 
Response Due
6/15/2022 2:00:00 PM
 
Archive Date
06/16/2022
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Habitat Conservation,� intends to award, on a single source basis, under the authority of FAR 13.106-1(b)(1), with Soundnine to procure the following: Qty 1 - Soundnine Ultibuoy hull Qty 1 � Soundnine Ultibuoy Controller Qty 6 - calibrated Soundnine XIM CTD-DO sensors with inductive modems The Soundnine sensors developed for the original pilot were developed to significantly lower the cost of existing compatible sensors in the market allowing the Chesapeake Bay Program (the Program) to improve the resolution and durability of this type of monitoring platform. The impact of not using this brand will result in the Program�s inability to complete Phase 2 of the research in the manner the pilot study was implemented to do. Phase one of a pilot study was in cooperation with the EPA. The EPA paid for 1 Soundnine Real-time Inductive Hypoxia Mooring system including 1 Ultibuoy, the development of 4 prototype Soundnine inductive XIM-CT(P)DO sensors and the services to deploy the system for the duration of the first pilot in Chesapeake Bay and the data management to deliver calibrated data. The successful pilot led the Chesapeake Bay Program (NOAA & federal partners) to seek a second phase of testing which included evaluating hypoxia data across two stations for an extended duration to investigate sensor durability and spatial variability within a segment of the Chesapeake Bay. One station replicated the initial study with greater vertical resolution by adding additional sensors to the investigation. In order to successfully continue with phase 2 for completion, the governmet requires and additional set for redundancy. The new sensors must have the same form, fit and function as the existing system in order for the calibrated data to be consistent with existing data from phases 1 & 2.� No other sensors on the market can meet this requirement. Period of Performance will be from Date of award through September 30, 2022. The applicable Size Standard is North American Industry Classification System (NAICS) Code 334519, with a Small Business size standard of 500 employees.� This is a simplified acquisition with an estimated value of less than $250,000.00 Total. ***THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO SOLICITATION PACKAGE IS AVAILABLE. HOWEVER, FIRMS THAT BELIEVE THEY CAN FULLY MEET THE GOVERNMENT'S REQUIREMENTS MAY SUBMIT SUBSTANTIATING DOCUMENTATION IN WRITING TO THE IDENTIFIED POINT OF CONTACT WITHIN 15 DAYS AFTER PUBLICATION OF THIS NOTICE. SUCH DOCUMENTATION WILL BE EVALUATED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER OR NOT TO CONDUCT THIS PROCUREMENT ON A COMPETITIVE BASIS. A DETERMINATION BY THE GOVERNMENT NOT TO CONDUCT A COMPETITIVE PROCUREMENT, BASED UPON RESPONSES TO THIS NOTICE, IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. ORAL COMMUNICATIONS ARE NOT ACCEPTABLE IN RESPONSE TO THIS NOTICE. Attachment Single Source Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/471f387a27e34423bcb768780593a332/view)
 
Record
SN06343702-F 20220603/220601230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.