Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2024 SAM #8185
MODIFICATION

58 -- 58--Acoustic Telemetry Services

Notice Date
4/23/2024 11:52:00 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
MP-REGIONAL OFFICE SACRAMENTO CA 95825 USA
 
ZIP Code
95825
 
Solicitation Number
140R2024Q0081
 
Response Due
4/29/2024 1:00:00 PM
 
Archive Date
05/14/2024
 
Point of Contact
Brown, Rashayla, Phone: 9169785291, Fax: 5053277834
 
E-Mail Address
rbrown@usbr.gov
(rbrown@usbr.gov)
 
Description
This is not a solicitation announcement. This is a Sources Sought notice to obtain market information and determine appropriate strategies to meet the Agency's requirements. This sources sought notice is issued solely for information and planning purposes, it does not constitute a Request for Quote (RFQ), and in no way obligates the Government to award any contract. A draft of the Specifications document is attached. The Bureau of Reclamation, Interior Region 10, California Great Basin, Division of Acquisitions, Supply and Services Branch, is seeking interested vendors who can provide acoustic telemetry equipment. Additional details regarding the efforts are provided in the below salient characteristics. This is a Brand Name or Equal purchase for the following receivers: 1. Hydrophone Potted Assembly, SR3001, model 17057, autonomous receiver components Quantity: 10 2. Replacement Mother Board, SR3001 INCLUDE tilt sensors, Model, 18953, autonomous receiver components Quantity: 10 3. Vemco 69 khz receivers, acoustic release Quantity: 5 4. ATS SR3001 autonomous, tilt sensor, 100-day battery type Quantity: 2 5. Vemco VR2AR Acoustic Release Quantity: 2 6. ATS SR3001 autonomous, tilt sensor, 100-day battery type Quantity: 6 7. Vemco 69 khz receivers (doesn't need acoustic release) Quantity: 6 This is a Brand Name or Equal purchase for the following transmitters: 8. Minimum Total Tags: 315; Maximum Total Tags: 630, JSATS Model: SS400, Battery Type: BR306, PRI: 5 9. Minimum Total Tags: 315; Maximum Total Tags: 630, JSATS Model: SS400, Battery Type: BR306, PRI: 5 10. Minimum Total Tags: 425; Maximum Total Tags: 425, JSATS Model: SS400, Battery Type: BR306, PRI: 5 11. Minimum Total Tags: 425; Maximum Total Tags: 425, JSATS Model: SS400, Battery Type: BR306, PRI: 5 12. Minimum Total Tags: 950; Maximum Total Tags: 1325, JSATS Model: SS400, Battery Type: BR306, PRI: 5 13. Minimum Total Tags: 0; Maximum Total Tags: 300, JSATS Model: JSATS SS400, Battery Type: 379, PRI: 5 14. Minimum Total Tags: 600; Maximum Total Tags: 900, JSATS Model: JSATS SS400, Battery Type: BR306, PRI: 7 15. Minimum Total Tags: 0; Maximum Total Tags: 600, JSATS Model: JSATS SS400, Battery Type: 379, PRI: 5 16. Minimum Total Tags: 12; Maximum Total Tags: 12, JSATS Model: Beacon/Reference/417khz, PRI: 60 Vendors proposing different equipment must show how it meets or exceeds the salient physical, functional, and performance characteristics of the item specified above. Supply model numbers and battery types that correlate with the brand name. The equipment will be delivered to Sacramento, California. This notice is to assist the Bureau of Reclamation in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. Reimbursement will not be made for any costs associated with providing information to this sources sought. All interested parties must respond to any subsequent solicitation notice published on www.sam.gov. Competition and set-aside decisions may be based on the results of this market research. Firms interested in being considered for these supplies should provide evidence in sufficient detail that demonstrates the respondent's ability to meet the stated requirements. Respondents should include capability level (as a prime or subcontractor), personnel qualifications, and the firm's business size status and classification in their response (small business or other than small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, etc.) Responses shall include the firm's Unique Entity Identifier (UEI). Firms shall identify their business size (small, other than small, etc.) in accordance with the size standard 1,250 employees for NAICS code 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System Instrument Manufacturing). Response due date: Monday, April 29, 2024, 1 p.m. Pacific Time Send responses to: RaShayla Brown, rbrown@usbr.gov Thank you for your time and interest in this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33d4cb3d773e435ea1467d437e7f2da9/view)
 
Record
SN07039272-F 20240425/240423230046 (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 |
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.