Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SPECIAL NOTICE

99 -- 2 Radiometer systems

Notice Date
3/8/2024 7:19:51 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION US
 
ZIP Code
00000
 
Solicitation Number
FD-2024-073SS
 
Response Due
3/23/2024 9:00:00 AM
 
Archive Date
04/07/2024
 
Point of Contact
Shawana Randolph
 
E-Mail Address
Shawana.Randolph@noaa.gov
(Shawana.Randolph@noaa.gov)
 
Description
NOTICE OF INTENT TO NEGOTIATE A SINGLE-SOURCE CONTRACT�� ��� ��� ��� ��� ��� � Special Notice: �� ��� ��� ��� ��� ��� � NOAA/NMFS/Office of Science and Technology (ST7)�� ��� ��� ��� ��� ��� � �� ��� ��� ��� ��� ��� � In compliance with FAR Subpart 13 coupled with the provisions set forth by FAR Subpart 5.101(a)(1), this Notice is hereby published to inform of the following:�� ��� ��� ��� ��� ��� � �� ��� ��� ��� ��� ��� � The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Management and Budget (OMB) intends to negotiate, on a sole source basis, under the authority of FAR 13.106-1(b)(1), �with In Situ Marine Options� � � � � � � � � � � � �� ��� ��� ��� ��� ��� � Using the procedures of FAR Part 13 the requirement is to procure the following: This requirement is for: 2 self-contained, ship-mounted radiometer systems known as the Dynamic Above-water Radiance (L) and Irradiance (E) Collectors (DALEC), developed by In Situ Marine Optics (Perth, Australia). These instruments solely serve the need for an automated, compact, underway data collection system to meet project objectives. The sensors are specifically designed to operate autonomously and contain an internal compass to maintain data collection and required viewing geometries without operator intervention, which is key to mitigating the need for additional crew/science party effort.�� ��� ��� ��� ��� ��� � �� ��� ��� ��� ��� ��� � The applicable Size Standard is North American Industry Classification System (NAICS) Code 334516 with a Small business size standard of 1000 Emp.�� ��� ��� ��� ��� ��� � This Sole Source Determination is based on NOAAA's requirement that �is the only Vendor that provides the required Supplies:�� ��� ��� ��� ��� ��� � Integrating lower-trophic-level data coincident with NOAA fisheries surveys would provide a sustained, state-of-the-art dataset to consider the full trophic continuum in the context of ecosystem variability. It is imperative that this information is accurate, as fairly innocuous uncertainties embedded in lower-trophic-level parameters with numerous dependencies invariably cascade into much larger model output errors, thus challenging the assessment of ecosystem impacts on environmental change. This unique dataset would additionally serve to engage NMFS in the socialization of hyperspectral data streams, paving the way to develop Fisheries-specific applications from future NOAA satellite investments. Once established, any NOAA survey can exploit having hyperspectral reflectance data available to facilitate a linkage between their measurements and satellite ocean color; this paves the way to develop fisheries-relevant algorithms with the aim of reducing reliance on ship time into the future. �� ��� � � � � � � � TECHNICAL SPECIFICATIONS: To meet the project objectives of deriving data products relevant to Fisheries needs and to emulate the specifications of future NOAA satellite systems, the technical specifications shall meet the following requirements: Simultaneous collection of downwelling irradiance, sky radiance, and ocean radiance at hyperspectral resolution (defined here as ?10 nm spectral resolution, ?4 nm sampling) from the spectral range of 350 � 900 nm. Passive gimbal mount to maintain stable sensor orientation under varying sea conditions. Auto-azimuth control (maintains user-defined sensor azimuth angles relative to ship�s heading and sun locations to mitigate sun glint contamination). Internal compass and integrated GPS unit for automated adjustments and geolocation. Compact sensor form (<10 kg) to mitigate interference with ship operations and existing sensors. RS485/422 and/or Ethernet output (for connecting to the ship's LAN) as well as internal storage (as a redundant backup).� DELIVERY SCHEDULE: Request delivery 120 days ARO to Silver Spring Maryland � � � � � � � � � � � **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.�� ��� ��� ��� ��� ��� � �� ��� ��� � � � � ��� � � �� Attachments�� ��� ��� ��� ��� ��� � Single Source Determination�� ��� ��� ��� ��� ��� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b614a101c7344c2285c1ba10a8ce7da4/view)
 
Record
SN06990580-F 20240310/240308230105 (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.