SOURCES SOUGHT
66 -- Autonomous CO2 Sensors - Drawing
- Notice Date
- 5/21/2010
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- NRMAH000-10-10545
- Archive Date
- 6/22/2010
- Point of Contact
- Anthony R. Buch, Phone: 206-526-6033
- E-Mail Address
-
Anthony.R.Buch@noaa.gov
(Anthony.R.Buch@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- CO2 Sensor Diagram This is a Source Sought Synopsis only. The purpose of this synopsis is to obtain capabilities information from all size and types of firms to determine the degree of competition. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. The anticipated contract will be a firm-fixed price indefinite-delivery, indefinite-quantity (IDIQ) contract for supplies, with one base year and four one year option periods. The minimum order will be one (1) system and the Maximum will be twenty (20). The first (2) systems will need to be delivered within sixty (60) calendar days after award and the remaining systems are to be delivered in increments of two (2) or more every thirty calendar days, for a total of six (6) systems in the base year of the contract. NOAA's Pacific Marine Environmental Lab has a requirement for CO2 six (6) each autonomous CO2 monitoring systems. This sources sought notice is for the manufacture of autonomous CO2 systems that meet the specifications needed for the ocean CO2 monitoring network. These systems are part of an ongoing network of autonomous systems. These systems have to be swapped out once per year to maintain a continuous measurement record. The new systems, therefore, must have the same dimensions and design specifications to work in the platforms that are already deployed in the Pacific and Atlantic Oceans. Drawings and dimensions are included here. The autonomous CO2 sensors must meet the following requirements: • The sensor must monitor atmospheric and surface seawater pCO2 concentrations within a 100 - 600 ppm measurement range, and have ~4ppm precision. • Ability to be calibrated with gas standards that are traceable to World Meteorological Organization (WMO) standards. This is a strict requirement for all NOAA CO2 observing systems so that our measurements can be referenced back to the global observing network. • 0 - 40° C operating temperature • Appropriate connections and power consumption to allow operation for at least 400 days at 8 samples/day and daily data transmission using a battery pack of 149 alkaline D cells • Contains at least 1GB compact flash memory storage for internal logging and archive of raw data • Equipped with connectors and software for interfacing with a CO2 reference gas (for calibration) and auxiliary sensors (eg, Seabird SBE16plusV2, SAMI2-pH) • Includes Rudics Iridium satellite communications link • Modular design for interchangeability (see attached dimensions) • Rugged design for ocean deployment • Refurbishment - provider must submit price for yearly servicing of the equipment. Refurbishment includes, but is not limited to, replacing soda lime, silica gel, desiccant, case o-rings, nafion tubing, filters, O2 sensor, all exposed hoses, airblock filters and o-rings, equilibrator hoses, tubing and coils, span cylinder, span lid, span quick disconnects, span lid, and battery. Equilibrator float must be repainted with anti-foulant. System must be inspected for water intrusion; leak tested, calibrated and upgraded software installed. Iridium must be tested and all external cables must be tested and replaced if damaged. Interested parties should submit: 1) A brief description of their capability to provide the required units; 2) Evidence of experience and past performance (including a contact name and telephone number); 3) Intention to submit a proposal as a prime contractor; and 4) Business company size, point of contact and DUNS number. The business size shall include any applicable preference program (i.e., 8(a), HUBZone, Service Disabled Veteran Owned, Small Business, etc.) For the purposes of this requirement, the NAICS size standard for small business is 500 employees or less. Questions concerning this notice shall be emailed to Anthony.r.buch@noaa.gov Responses shall be submitted via email or facsimile at 206-527-7752 by COB June 7, 2010, Pacific Time. This notice is for informational and market research purposes only. Failure to submit all information requested may result in an unrestricted acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NRMAH000-10-10545/listing.html)
- Place of Performance
- Address: Seattle, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN02156331-W 20100523/100521234903-2e185c8dd82bd8de4a625a5bccc1f0ba (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 |