SPECIAL NOTICE
66 -- PURCHASE AND INSTALLATION OF 2 WIDE BAND TRANSCEIVERS TO COMPLETE THE MULTI-FREQUENCY SCIENTIFIC ECHOSOUNDER SYSTEM WITH A HULL-MOUNTED ARRAY OF 4 WIDE-BANDWIDTH TRANSDUCERS
- Notice Date
- 6/8/2022 12:13:07 PM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- NFFR7100-22-02494MCW
- Response Due
- 6/23/2022 1:00:00 PM
- Point of Contact
- Michelle C Walton, Phone: 3035786582
- E-Mail Address
-
Michelle.Walton@noaa.gov
(Michelle.Walton@noaa.gov)
- Description
- *** National Oceanic and Atmospheric Administration's (NOAA) Acquisition & Grants Office, Western Acquisition Division-Boulder, intends to negotiate, on a sole source basis, under authority of FAR 13.106-1(b)(1), with Ocean Gold Seafoods, Inc. of Westport, Washington, United States for the continuation of the baseline for the Cooperative Research with the Southwest Fisheries Science Center (SWFSC) under the management control of the Pacific Fisheries Management Council.� This requirement has needs for additional equipment for the mission needs and will be purchasing and installing 2 wide band transceivers�(SIMRAD EK80 70kHz WBT and EK80 120kHz WBT)� to complete the multi-frequency scientific echosounder system with hull-mounted array of 4 wide-bandwidth transducers on F/V Lisa Marie. ***The sole source determination is based on the NOAA, National Marine Fisheries Service (NMFS) for ongoing need for testing and sampling to be added to the current baseline and maintain continuity of results already paid for and time utilized.� Another vendor could not be used without losing these established baseline for scientific results and this is a continuation of what has been in place since 2019. The approved vendor and vessel have already had multiple installations of equipment and retrofitted equipment. Any change in vendor would mean loss of the baseline, loss of time for required lengthy approvals, duplication of cost for equipment to be removed and retrofitted and not meeting the Mission.� Purchase and installation due by 6/30/2023. ***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 synopsis. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2382f9fd098c412ab4140060a7d3cbf5/view)
- Place of Performance
- Address: La Jolla, CA, USA
- Country: USA
- Country: USA
- Record
- SN06351080-F 20220610/220608230117 (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 |