SOURCES SOUGHT
52 -- Satellite Linked Telemeters and Data Logging Instruments (Spot Tags)
- Notice Date
- 3/9/2010
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-10-07405-SS
- Archive Date
- 4/8/2010
- Point of Contact
- Matthew A. Phelps, Phone: 206 526-4395
- E-Mail Address
-
Matthew.Phelps@noaa.gov
(Matthew.Phelps@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A REQUEST FOR INFORMATION. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Mammal Laboratory is seeking sources capable of performing the requirements necessary for providing Satellite Linked Telemeters and Data Logging Instruments. The Government is especially interested in responses from SBA certified small business concerns that are capable of providing the supplies described within this notice. The supplies required are the following: All telemetry and data-logging devices described are intended for deployment on marine mammals (e.g. seals, sea lions and whales) or other marine animal species. The tags must be robust in the marine environment across all possible temperature ranges. All tags must be designed to withstand pressures at depths up to 1000 m and the vendor should provide options for some tags to withstand pressures at depths up to 2000 m. All tags should, when feasible, provide the user the option of duty cycling and controlling data collection/storage parameters to extend battery life and deployment duration. The tags must be programmable by the end user unless specified otherwise for a particular application and the vendor shall provide all software and hardware required for programming and retrieval of data from the tags. The described internal hardware and firmware of the tags is applicable across several species of marine animal, but the size, shape and overall design of the tags may have different requirements for some species. The vendor shall provide alternative configurations (when feasible) of the tags appropriate for deployment on different species (e.g. one configuration of a tag for adhesive attachment to pinniped hair and an alternative designed for deployment onto or into the blubber of large whales) or technique development (e.g. non-functioning models). Telemetry devices and technology are constantly evolving. The devices listed below are examples of technologies available at the time of writing. The vendor is expected to provide delivery of additional devices (including attachment designs and remote releases), technologies, and configurations (including non-functioning models) as they become available. 1. MK9 Archival Time-Depth Recorders (or equivalent) The tags should typically record time, depth (pressure), light level, wet/dry status and temperature at a programmable frequency as little as once per second. Data from these tags should be retrievable after recovery of the instrument. The tags should have the appropriate battery life, memory and robust construction for potential deployment lengths in excess of one year. 2. MK10-AF GPS ARGOS Satellite Linked Depth Recorders (or equivalent) The tags should typically transmit at regular intervals on the ARGOS system for estimates of tag location and transmission of telemetric data (e.g. dive depths, GPS data, wet/dry sensor, temperature). While the researcher will recover some tags, the majority of instruments deployed will not be recovered. Tags shall have the capability to archive data as with the archival time-depth recorders (see item 1) such that the data may be retrieved if a tag is recovered. Given the limited bandwidth of the ARGOS system, the tags should be capable of summarizing and transmitting telemetry data in formats typical of other studies (e.g. binned histogram data for dive depth and dive duration). GPS locations will be determined using the FastLoc (or similar) technology. 3. MK10-A or SPLASH ARGOS Satellite Linked Depth Recorders (or equivalent) The tags are of a similar design and functionality as described in item 2, but lack the inclusion of GPS/FastLoc (or similar) technologies. 4. SPOT Satellite Location Transmitters (or equivalent) The tags are of a similar design and functionality as described in Item 3, but lack the depth recording functionality. The main function of the tags is to provide location estimates via the ARGOS system and optional transmission of wet/dry sensor or temperature summary timelines. These tags should be available in form factors similar or smaller in size when compared to MK10/SPLASH tags. Additional configurations designed for attachment to pinniped flippers or whales should be available. 5. Refurbishment Service Tags are sometimes intentionally or opportunistically recovered after deployment. The vendor shall provide refurbishment services (for example re-battery or antenna replacement) to allow re-deployment of recovered tags. This service should not unreasonably compromise the integrity or performance of the instrument. A Fixed-Price, Indefinite Delivery, Indefinite Quantity type contract is anticipated. Contract performance will be a base period of one year, with four one-year option periods for a total of five years. The NAICS code for this requirement is 334220 and the small-business size standard is 750 employees. The Government anticipates awarding a fixed-price Indefinite Delivery/Indefinite Quantity commercial item supply contract for the work. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise that any procurement action that may be issued for the Government's requirements related Satellite linked telemetry and data-logging instruments. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit information to include: All firms responding to this Sources Sought should provide a Capability Statement which provides detailed information (i.e. a cut sheet) regarding the specifications for the equipment you plan to propose in lieu of the tags listed above. All proposed tags should be commercial off the shelf (COTS) technology and must meet or exceed the specifications as stated without any major development. Firms should include a description of significant collaboration and subcontracting that will be required to provide technically acceptable deliverables. Information must be received by the Contract Specialist, Mr. Matthew Phelps, at matthew.phelp@noaa.gov by 05:00 PM PST on Wednesday March 24, 2010. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-10-07405-SS/listing.html)
- Place of Performance
- Address: National Marine Mammal Laboratory, Seattle, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN02087074-W 20100311/100309235030-4785b8035c88b5201898b31c6853bc92 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |