Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2012 FBO #3819
SPECIAL NOTICE

52 -- Notice of Awarding Sole Source for Sea-Bird CTD

Notice Date
5/7/2012
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA-1233M-12-RQ-0415
 
Archive Date
6/6/2012
 
Point of Contact
Cory L. Worley, Phone: (757) 441-6886
 
E-Mail Address
cory.worley@noaa.gov
(cory.worley@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Commerce National Oceanic and Atmospheric Administration (NOAA)/National Marine Fisheries Service Woods Hole, MA is issuing a notice of intent to negotiate sole source procurement with Sea-Bird Electronics, Inc. for providing a SEACAT plus Version 2 Profiler Pumped Conductivity, Temperature, Depth Recorder (CTD). The requirement is to include: (1) SBE 5M submersible pump, 64 MB of memory, (6) differential A/D channels (0-5 volt input range), (1) RS-232 data input channel, data I/O and pump Y-cable (PN 17709), 2.5 meter data I/O cable (PN 801225), SEASOFT software, and complete documentation. Also to be included is: (1) 600 meter plastic housing for CTD and SBE 5M plastic pump, (1) 600 meter strain gauge pressure sensor, (1) SBE 5P plastic pump, 600 meter, instead of SBE 5M plastic pump (required if using SBE 43 DO sensor), and (1) Wet-pluggable connectors (MCBH) instead of standard (XSG) connectors on SEACAT bulkhead connectors, data I/O and pump Y cable, and data I/O cable. The requirement is to include the option to procure two additional instruments, as specified above, if the funding becomes available. This instrument is designed and manufactured by Sea-Bird Electronics Inc. The statutory authority is 41 U.S.C. 253(c)(1), Only One Responsible Source. The government intends to award a firm-fixed price purchase order for this requirement. The current requirement is to procure replacement CTD's. This replacement must be a SeaBird CTD because the operation of the program is based on SeaBird CTDs. If another vendor's CTD were purchased the agency would need to establish two training procedures and would need to deploy two sets of supporting hardware and software on each cruise. Spare instruments could not be swapped in the case of damage, malfunction, or loss and custom quality control/quality assurance software would need to be rewritten to handle a different data format. Because of the complications that arise, there would certainly be errors in hardware and software and thus the data collection of the program would be compromised. Standardization in instrumentation, software, hardware, and data format allows the CTD program to be operated on all NEFSC surveys including surveys on which CTD program staff do not participate. To bring a different type of CTD into the program would cause enormous disruption, result in errors in correctly assigning CTD type, and cost approximately 1 years' worth of a programmer's time to establish duplicate software routines to operate on the new instrument. NOAA's Northeast Fisheries Science Center (NEFSC) runs a Conductivity, Temperature, Depth Sampling program that is responsible for measuring ocean temperature and salinity on all NEFSC surveys. The data is used by numerous NMFS, NOAA, academic and other scientific customers. The program collects oceanographic quality data that can be used in a range of applications including stock assessments, oceanographic monitoring, and climate studies. At the heart of the program are approximately 10 SeaBird Conductivity, Temperature, and Depth instruments. These instruments are provided to each NEFSC survey by the CTD program. Scientists are trained in their use. Supporting software and hardware are deployed on the vessels. Spare instruments are provided in case of damage, malfunction or loss. Data is returned to the CTD program from the scientists on the vessels. A series of custom quality control and quality assurance routines are run and then the data is archived in NEFSC databases and at National Oceanographic Data Center (NODC). No other entity can provide the necessary instrument and specifications required. If any other type of CTD instrument was purchased without these specifications it would put the Government at a costly and severe disadvantage. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(c). The applicable NAICS code is 334519. Interested parties may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Responses shall be submitted by 12:00 p.m. Eastern Standard Time, May 22, 2012. This notice of intent is not a request for competitive proposals. Inquiries will only be accepted via email to cory.worley@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-1233M-12-RQ-0415/listing.html)
 
Record
SN02741445-W 20120509/120507235741-efb938bc3c5fd360323bcea12373c59a (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 |
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.