SOURCES SOUGHT
20 -- Applanix POS MV OceanMaster Inertial Navigation Systems
- Notice Date
- 2/23/2023 7:06:13 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- NRMA00002300377SML
- Response Due
- 3/3/2023 11:00:00 AM
- Archive Date
- 03/04/2023
- Point of Contact
- Stephanie Long, Phone: 3035786768
- E-Mail Address
-
stephanie.long@noaa.gov
(stephanie.long@noaa.gov)
- Description
- Solicitation Number: NRMA00002300377SML Notice Type: Sources Sought Synopsis Title: Applanix POS MV OceanMaster Inertial Navigation Systems Response Date: March 3, 2023 This is a SOURCES SOUGHT SYNOPSIS and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified U.S. Domestic businesses, which could include Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and even Large Businesses. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. The NOAA Oceanic and Atmospheric Research (OAR) Great Lakes Environmental Research Laboratory (GLERL) uses inertial navigation systems to provide accurate position, heading, attitude, heave, and velocity data of marine vessel and hydrographic survey equipment. The GLERL is a multidisciplinary environmental research laboratory that provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. The Lake Michigan Field Station (LMFS) in Muskegon, MI is a government owned facility in support of all missions of the GLERL in Ann Arbor, MI. Vessel support is a large part of the LMFS function and includes operating vessels that need cutting edge geophysical survey capabilities. Therefore, the GLERL requires quantity three (3) Applanix POS MV OceanMaster Inertial Navigation Systems, which are comprised of an essential suite of equipment necessary to maintain or develop our vessel� geophysical survey capabilities. INTENDED USE/PURPOSE: The Applanix POS MV is a turnkey system that blends GNSS data with angular rate and acceleration data from an IMU, and heading from GPS Azimuth Measurement System to produce a robust and accurate full six degrees-of-freedom position and orientation solution. Due to its ability to interpret motion-data (roll, pitch, heave, velocity, etc.), an inertial navigation system like the Applanix POS MV is the only tool capable of supplying the requisite position and motion data required by advance hydrographic and geophysical survey instrumentation. SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES: Systems are comprised of the following items: POS MV Computer System (PCS), Rack Mount (RM) with RTK option Inertial Measurement Unit in IP65 �Between Decks� housing IMU cable (8m) GNSS antenna (quantity 2) GNSS cable (10m, quantity 2) 5-year warranty DELIVERY SCHEDULE: Within 30 days of purchase to Musekgon, MI. The North American Industry Classification Code (NAICS) is 334511 with a size standard of 1,250 employees. Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm�s capability and experience meeting the requirements herein and include your firm�s name, address, point of contact, telephone number, UEID Number, CCR CAGE Number, business type and size (i.e., small, large, non-profit, educational, etc.). Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to provide the items as specified above. 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 may be issued for the Government�s requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise because 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. All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM) website. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded based on responses received to this notice. Detailed information must be submitted by email to the Contract Specialist Stephanie Long at stephanie.long@noaa.gov by 12:00pm Local Mountain Time (MT) on Friday, March 3, 2023. Questions of any nature must be addressed in writing as TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/df8f1dc2ae21461e93f609b7e347ad3b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06600492-F 20230225/230224211929 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |