SPECIAL NOTICE
58 -- 58--FETCH Transponder
- Notice Date
- 8/18/2022 12:06:58 PM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- OFFICE OF ACQUISITON GRANTS SACRAMENTO CA 95819 USA
- ZIP Code
- 95819
- Solicitation Number
- 140G0322Q0228
- Response Due
- 8/29/2022 12:00:00 PM
- Archive Date
- 08/30/2022
- Point of Contact
- Fejarang, Charlan, Phone: 916-278-9329, Fax: 916-278-9339
- E-Mail Address
-
cjfejarang@usgs.gov
(cjfejarang@usgs.gov)
- Description
- This is a notice of intent to solicit from a single source for the USGS Earthquake Science Center. The US Geological Survey (USGS) intends to award noncompetitive action to Sonardyne for the purchase of Qty. 3 Fetch Transponders. Seafloor GPS-Acoustic (GPS-A) measurements are required to measure most accurately the deformation leading up to and including subduction zone earthquakes that represent significant hazard to the United States. The USGS has begun a program of placing instruments on the seafloor in order to make new measurements in hazardous subduction zones such as offshore Oregon and Washington and Alaska. The Sonardyne Fetch transponders are the only ocean floor instruments that are compatible with and communicate directly with USGS owned equipment, Liquid Robotics Autonomous Waveglider with Sonardyne GPS-A module, valued at approximately $535,000.00. Compatibility is a minimum need of the Government because switching to a new platform would be detrimental to continuity of the long term data set and would require replacement of the entire network of sensors. There would be significant additional non-recoveable engineering fees for development of new equipment, and likely up to (3) years for prototyping and testing. Sonardyne Fetch transponders are the only ocean floor instruments that are compatible with and communicate directly with our recently purchased Waveglider with Sonardyne GPS-A module. Further, Sonardyne has no authorized resellers among whom competition can be obtained. Award will be made in accordance with Federal Acquisition Regulation (FAR) 13.106-1(b) and the procedures at FAR Part 12 entitled, Acquisition of Commercial Items and FAR Part 13 entitled, Simplified Acquisition Procedures. The purpose of this notice is to satisfy the requirements of FAR Subpart 5.2. This notice of intent is not a request for competitive quotes. However, all responsible parties may submit a quotation by the closing date of this announcement which shall be considered by the agency. No solicitation will be issued. A determination not to compete this action based upon responses received is in the sole discretion of the Government. Responses or inquiries shall only be accepted through electronic mail addressed to cjfejarang@usgs.gov and must be uploaded and received in their entirety no later than 08/29/2022. Responses submitted by hardcopy or through SAM.gov shall not be accepted or considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/699938028e06486282e2bf1d60613cd9/view)
- Record
- SN06432061-F 20220820/220818230120 (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 |