SOURCES SOUGHT
99 -- Buoyless/Ropeless Systems
- Notice Date
- 4/9/2024 6:25:13 AM
- Notice Type
- Sources Sought
- 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
- 143021-24-0093
- Response Due
- 4/23/2024 9:00:00 AM
- Archive Date
- 04/25/2024
- Point of Contact
- Amanda Rossiter
- E-Mail Address
-
amanda.rossiter@noaa.gov
(amanda.rossiter@noaa.gov)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- Disclaimer: This is not a solicitation. This is not a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), Request for Application (RFA) or announcement of a solicitation, and does not assume the Government will award a contract or proceed with any of the above solicitation efforts in the near future. This request is for informational purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued or awarded.� No entitlement to payment of direct or indirect cost or charges by the Government will arise as a result of the submission of information. All information considered proprietary shall be marked accordingly. The Government shall not be liable for or suffer any consequential damages for improperly identified proprietary information. Properly identified proprietary information will be safeguarded in accordance with federal regulations. The purpose of this announcement is solely to gather information from the marketplace, and any responses received will neither be considered an offer by the responding party nor returned to the responding party.� Synopsis: Sources Sought The Northeast Fisheries Science Center (NEFSC) of the National Oceanic & Atmospheric Administration (NOAA) is conducting market research for the purpose of identifying small businesses that have demonstrated capability to provide a commercial buoyless/ropeless solutions for pot and trap fishing gear. The NEFSC Gear Research Team is looking to collaborate with commercial fishermen to evaluate new technologies intended to minimize the potential for marine mammal interactions in pot and trap fisheries. We are looking to purchase multiple types of system types that can be made available to fishermen with the understanding that certain technologies may be suited better for different environments and depths. It is anticipated that different technologies may be utilized to solve this problem such as inflation bags and acoustic releases holding a float and rope at the bottom. NAICS 334511- This U.S. industry comprises establishments primarily engaged in manufacturing search, detection, navigation, guidance, aeronautical, and nautical systems and instruments. Key capabilities: A.������� SYSTEMS (Deck and Release) DECK SYSTEMS (controller, transducer, and interface (e.g., tablet): The deck system shall be capable of triggering the underwater acoustic release system and should be capable of controlling and storing acoustic release codes, have gear location marking capability, and data storage of release locations with a time/date stamp and be powered by a 12v power supply or have a battery life of 72 hours run time. Each deck system shall have a touch interface through a supplied screen or a commercially available tablet. Either shall be provided by the awardee.� Additionally, the deck system must include a transducer that is capable of communicating with and releasing the underwater acoustic release systems from the controller near the surface from 4 - 200fm in temperatures from 0-30C SST. Portable and boat mounted options are desirable. UNDERWATER ACOUSTIC RELEASE SYSTEMS: The Underwater acoustic release systems are expected to be the first unit in a trawl (series) of pots/traps and will be tied to the remaining pots/traps within the fishing operation.� These systems must include all ancillary equipment and software that will trigger the release of their system that will allow the fishermen to retrieve their gear. These systems must have: Been previously tested in the commercial pot or trap fishery. Be capable of operating in waters ranging from 0-30C SST. When set and fishing, provide no vertical line in the water that could entangle a whale. Units must have a mechanism (e.g., acoustic release) to trigger the systems so the gear can be retrieved. Must be designed so the system can be reset and redeployed while at sea. Unit must be of a size suitable for use on commercial fishing vessels where deck space and time may be limited. Unit should be similar in size and construction to a commercial lobster trap. Units must be constructed of materials that will withstand constant submersion in salt water, weigh less than 250 lbs., and withstand a drop from 10 feet.� SYSTEM MAINTENANCE: The systems shall have a defined warranty period that covers routine maintenance, defective work, materials and equipment, and a cost for maintenance and repairs past the warranty period. The Government is looking to purchase a minimum of one (1) unit and up to one-hundred (100) units from each vendor during any given year for a one year base period and up to four option years.� Other option items the Government may request from the vendor(s) are: Through-hull transducers-permanently installed transducers Dash mounted/ chart plotter controller units Stand alone gear location marking technology INFORMATION REQUESTED: The Government is requesting that all capable vendors provide information regarding their capability. NOAA may utilize the responses to this Sources Sought to conduct additional market research.� Information obtained from this Sources Sought, and the subsequent communication with the vendors, if any, may be utilized to assist NOAA in developing a formal Request for Proposal (RFP) or Request for Quote (RFQ). In addition to addressing technical capabilities, responses must include the following: Point of contact, address of firm, and phone number Size of business in relation to NAICS 334511 (e.g. small, small disadvantaged business, woman owned, etc.) SAM.gov, Unique Entity Identifier (UEI) if applicable Indicate whether your company is likely to submit an offer, should a solicitation arise from this market research. SUBMITTAL REQUIREMENTS: Please submit your response to the attention of the Contracting Specialist, Amanda Rossiter (amanda.rossiter@noaa.gov) no later than April 23, 2024 at 2:00 p.m. Pacific time.� Each response shall be no more than 15 single-sided, single-spaced pages (excluding the cover page), and each page shall be separately numbered, and shall be in .pdf format. (End of Document)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ebfed4f72a994ab48630cdcc7db336ae/view)
- Record
- SN07025151-F 20240411/240409230056 (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 |