SPECIAL NOTICE
20 -- Synopsis of Proposed Contract Action - Teledyne Webb Research
- Notice Date
- 7/26/2018
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
- ZIP Code
- 98115-6349
- Solicitation Number
- NFFR70001801081
- Point of Contact
- CARINA TOPASNA, Phone: 206-526-4395
- E-Mail Address
-
Carina.topasna@noaa.gov
(Carina.topasna@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis of Proposed Contract Action Teledyne Webb Research - Long-range Hybrid Glider, Supplies, and Consumables A determination not to compete this proposed contract was made pursuant to the Federal Acquisition Regulation (FAR) 13.501(a)(1). Teledyne Webb Research is the only known business that can provide additional long-range hybrid gliders (must be able to interface with existing fleet), associated consumables, incidental services (e.g., calibration and repairs), and replacement payloads for existing long-range hybrid glider fleet for the Antarctic Region: • Must be capable of operating in the Southern Ocean (temperature range: -1.5 to 4oC), and over the depth range of 50 to 1000 m. Must have a a battery-operated foldable propeller capable of producing an additional minimum 0.5 knot speed. Must be modular in construction, allowing for the addition and substitution of payloads. Must be equipped to measure water column properties (temperature, salinity, depth, and oxygen (CTDO), and include detectors for fluorescence (wavelengths appropriate for chlorophyll-a, colored dissolved organic matter (CDOM), and transmissometry). Must be equipped with a three-frequency (38 kHz, 67.5 kHz, and 125 kHz) integrated single-beam acoustic echosounder. Must be equipped with either a single-use (long-duration) lithium metal battery (capable of 6 - 7 month missions), or rechargeable lithium ion batteries (with a three-month duration) that are interchangeable depending on mission specifications. The batteries can be part of an additional module. • Must be capable of storing all data aboard the glider, so sufficient storage capabilities must be designed into the system. Full navigation (GPS, altimeter, and pressure) must be integrated into the system. • Mission control software for piloting, mission setup, and data download, as well as fleet maintenance hardware and software is required. Satellite (Iridium, ARGOS) and radio frequency communications for data download or upload of new mission parameters shall be integrated into the system. Must be equipped with a strobe light for use during recovery and an emergency buoyancy release in the event that the glider cannot surface. • Additional batteries, dock server, consumables, spare parts, pocket simulator, and freewave unit are also required and must be fully compatible and must interface with existing fleet. This procurement is being conducted under Simplified Acquisition Procedures, only one source is reasonably available. The North American Industry Classification System (NAICS) code for these item is 334511. This notice of intent is not a formal solicitation or request for competitive proposals. No solicitation document is available and telephone requests will not be accepted. No award will be made on the basis of quotations or offers received in response to this notice. Interested parties may submit their interest and capabilities no later than Friday, August 03, 2018 10:00 a.m. Pacific Time. E-mail statements will be accepted but senders are responsible for ensuring the complete transmission and timely receipt. All inquiries shall be sent via e-mail to: carina.topasna@noaa.gov. The government intends to negotiate a firm-fixed priced Indefinite Delivery/Indefinite Quantity supply contract for additional long-range hybrid gliders, associated consumables, incidental services, and replacement payloads with Teledyne Webb Research. The intent of this synopsis is for informational purposes only. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement for future requirements. A determination by the government not to compete this action is based on this notice and solely within the discretion of the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFR70001801081/listing.html)
- Record
- SN05007704-W 20180728/180726230758-94bdbde0b75300cb7a675d385246b9a6 (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 |