Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2005 FBO #1172
SOLICITATION NOTICE

52 -- SATELLITE LINKED DATA RECORDERS

Notice Date
2/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-05-RP-1090
 
Response Due
3/4/2005
 
Archive Date
7/4/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is ??????????. The NAICS code for this acquisition is 334112 and the corresponding size standard is 1,000 employees. This acquisition is 100% set-aside for small business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2001-27. The Polar Ecosystems Program of the National Marine Mammal Laboratory requires Satellite-Linked Data Recording tags (SDRs) to study the movements, haul-out behavior, and diving behavior of seals. These instruments will be used to record individual seals? behavior and transmit the data through the Argos satellite system (www.argosinc.com). The data consist of movements, calculated by Argos as latitude and longitude positions, and behavior, recorded as the status of a wet/dry sensor (i.e., sea water versus air) or as differences in water pressure at depth. These units must be small (so that when attached to an animal they don?t affect its behavior), durable, and efficient, to maximize battery life. Two types of SDRs are required: SDR type #1 (Quantity 20 required, delivery by 5 April 2005) - This tag must be very small (maximum mass of 60 g in air, 80mm [L] x 19.5mm [W] x 10.5mm [H], antenna length 20 cm), and permanently affixed to a Temple Original animal tag (www.templetag.com), which is the means for attaching the SDR to a seal?s hind flipper. The SDR must be affixed to the Temple tag with the long axis of both units aligned, the SDR centered over the length and width of the Temple tag, and with the opening end of the Temple tag oriented with the antenna end of the SDR. The SDR must have sufficient battery capacity for 10,000 Argos transmissions at 0.5W radiated power. To extend and control deployment length, the SDR must: (1) Include a wet/dry sensor that limits transmissions to when the tag is clear of the water; (2) Allow user programmable duty-cycling by day or month; (3) Allow user programmable limit of the total number of transmissions per day; (4) Allow user programmable limit of transmissions to hours when a satellite is likely to be in view. The SDR must record, calculate, and transmit daily ?percentage haul-out timelines? indicating the percent of time during each hour that the SDR?s wet/dry sensor is out of the water. Each timeline must be stored and transmitted for at least 4 days to ensure complete records are received through the Argos system. The SDR must be potted in resin (preferably clear) to withstand pressure at depths up to 500 m of water. All user programming and control of the SDR must be provided through included software that runs under the Microsoft Windows XP operating system. At least one set of cables and other hardware required for programming/controlling the SDRs must be provided. Windows-based software must be provided for user decoding of the Argos data into an easy-to-read format. Tag type #2 (quantity 80 required, delivery by 1 August 2005) - This tag must be small (i.e., maximum mass in air of 250 g, 165mm [L] x 39.5mm [W] x 34mm [H]), but it must have sufficient battery life to provide 150,000 Argos transmissions at 0.5W radiated power. To extend and control deployment length, the SDR must: (1) Include a wet/dry sensor that limits transmissions to when the tag is clear of the water; (2) Allow user programmable duty-cycling by day or month; (3) Allow user programmable limit of the total number of transmissions per day; (4) Allow user programmable limit of transmissions to hours when the satellite is likely to be in view; (5) Recognize whether the animal is at-sea or hauled-out, and transmit at the appropriate rates. Argos permits a maximum of one transmission every 45 seconds when the animal is at-sea, and one transmission every 90 seconds when the animal is hauled out; (6) Allow suspension of transmissions after the animal has hauled out for a user-defined number of hours. The SDR must collect data on depth (1 m resolution), temperature, light levels, and wet/dry periods, and summarize them into compressed histograms for transmission through the Argos system. The numbers of bins (up to 14 per histogram), the bin cut-points, the period of coverage (1-24 hours), and the starting time of each histogram must be user programmable. The SDR must provide, at a minimum, the following types of data messages, selectable by the user: (1) Dive duration histograms: Number of dives within the specified dive duration ranges; (2) Maximum dive depth histograms: Number of dives whose maximum depth is within the specified depth ranges; (3) Time-at-depth histograms: Time spent within the specified depth ranges; (4) Time-at-temperature histograms: Time spent within the specified temperature range; (5) Percentage timelines: What percentage of the hour the tag was above a user-specified threshold depth, or dry; (6) 20-minute timelines: Each 24 hour period is divided into 20-minute increments. Each increment is marked with whether it was generally deeper than a configurable depth, or was dry. This is required for compatibility with data collected from older SDRs used by the Polar Ecosystems Program; (7) Each timeline must be stored and transmitted for at least 4 days to ensure complete records are received through the Argos system. Because the behavior of diving animals limits access to the Argos satellite system, the SDR must provide the option of condensing multiple data messages into a single transmission to increase data throughput. Transmissions must include status messages at user-programmable intervals for battery voltage, the number of transmissions sent, the current zero-pressure offset value, the current time according to the internal clock, and seawater conductivity. The SDR must be potted in resin (preferably clear) to withstand pressure at depths up to 1000 m of water. The potting must be cast in as hydrodynamic a form as possible, given the limitations imposed by the internal components, and be abraded on the bottom surface for adhesion to quick-setting epoxy, used to attach the SDR to a seal?s pelage. All user programming and control of the SDR must be provided through included software that runs under the Microsoft Windows XP operating system. At least one set of cables and other hardware required for programming/controlling the SDRs must be provided. Windows-based software must be provided for user decoding of the Argos data into an easy-to-read format. All SDR?s are to be delivered to National Marine Mammal Laboratory, Alaska Fisheries Science Center, 7600 Sand Point Way NE, Seattle, WA 98115 by the required delivery date. All offers who have produced and sold items similar to those listed above and meet the minimum characteristics listed above will have their price evaluated. Award will be made to the offeror meeting the qualification criteria stated and whose proposal offers the lowest price. The following apply to this acquisition: FAR 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. Offerors shall also include a completed copy of the provision at 52.212-3, Offerors Representation and Certifications - Commercial Items, with its offer. The provisions at FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition and there are no addenda to these clauses. In addition, the following FAR clauses are applicable to this acquisition: 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns (15 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.225-3, Buy American Act - Supplies (41 U.S.C. 10) and 52.229-5, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Proposals must be mailed to DOC, NOAA, AMD, 7600 Sand Point Way NE, WC32, Seattle, WA 98115 Attn: Paul Reed. Faxed and emailed proposals will not be accepted. For further information please contact Paul Reed at (206) 526-6034 or Paul.J.Reed@NOAA.gov. All questions should be addressed to Mr. Reed and emailed to the stated address. Deadline for receipt of offers is 12:00 PM March 4, 2005. Late or incomplete proposals will not be considered. *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
 
Record
SN00747301-W 20050210/050208211754 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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