Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2018 FBO #5973
SPECIAL NOTICE

52 -- Notice of Intent to Sole Source for Archival Acoustic Video Acoustic Video Systems

Notice Date
3/30/2018
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service, SSMC 3, 1315 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
WE133F18RQ0279
 
Archive Date
4/5/2018
 
Point of Contact
STEPHANIE M. GARNETT, Phone: (808) 725-5356
 
E-Mail Address
STEPHANIE.M.GARNETT@NOAA.GOV
(STEPHANIE.M.GARNETT@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a Special Notice of intent to procure archival acoustic video acoustic video systems for the Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Fisheries Science Center on a sole source basis with Customized Animal Tracking Solutions (CATS). The Government intends to acquire services using FAR Part 12, Acquisition of Commercial Items in conjunction with FAR Part 13, Simplified Acquisition Procedures estimated not to exceed $40,000.00. The NOAA Marine Turtle Biology and Assessment Program (MTBAP) is in need of archival acoustic-video tag system that can be deployed on and recovered from free-ranging sea turtles. The system should be contained in a single body and be able to do the following: 1. Sound recording (hydrophone) a. Have a frequency response range from 2 Hz to 30 kHz b. Record at least 6 hrs of ambient sound c. Maximum operating depth >2,500 meters 2. Video recording (camera) a. High definition and in color. b. LED (Infrared) incorporation c. Record at least 6 hrs of video footage d. Duty cycle capable so that researchers can subsample different times during foraging trips (e.g., record for 30 min, stop for 90 min, record for 30 min, etc.) 3. Depth: pressure transducer that can record depths up to 500m ± 1 m 4. Gyroscope (3-axis) (deg/sec) with adjustable sampling frequency 5. Accelerometer (3-axis) with adjustable sampling frequency 6. Magnetometer (3-axis) with adjustable sampling frequency 7. Temperature sensor ±.01 deg Celsius 8. GPS location 9. Light Sensor to determine need for LEDS 10. Forward facing LED or other light system to illuminate at night or at depth. 11. Communications: wireless data transfer and programming 12. Battery charging: wireless charging 13. Battery Duration: Able to record minimum of 6 hrs acoustics and video and sensor sampling continuously for at least one week. 14. Memory: able to store at least 6 hrs of acoustic recordings and HD video and at least a week's worth of continuously sampled data from sensors. 15. Third part accessories: Incorporate both acoustic and VHF transmitters (that will be acquired by MTBAP from a third party provider). The Government intends to negotiate a firm-fixed-price purchase order with the period of performance of approximately April 4, 2018 - May 30, 2018. The NAICS code for this procurement is 334516 with a corresponding size standard of 1,000 employees. This Special Notice is not a request for competitive proposals and no solicitation package is available; however, other potential sources with the expertise and required capabilities may submit such data which demonstrates the requirements stated above. Submissions are due no later than April 4, 2018 at 10:00 a.m. (HAST). Oral communications are not acceptable in response to this notice. Responses may be emailed directly to Stephanie.M.Garnett@noaa.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. It is the Government's belief that only CATS can provide the requirements as stated above. This procurement also requires contractors to complete the electronic representations and certifications at the SAM website. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following website: www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/WE133F18RQ0279/listing.html)
 
Record
SN04872910-W 20180401/180330230614-e99c136acd0b9b7dff9030d115816755 (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.