Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2024 SAM #8193
SOURCES SOUGHT

66 -- REQ-24-1742 SEAGLIDER

Notice Date
5/1/2024 10:48:37 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
REQ-24-1742
 
Response Due
5/16/2024 2:30:00 PM
 
Archive Date
05/31/2024
 
Point of Contact
KARKANE, RACHEL
 
E-Mail Address
RACHEL.KARKANE@NOAA.GOV
(RACHEL.KARKANE@NOAA.GOV)
 
Description
National Oceanic and Atmospheric Administration (NOAA) Fisheries PACIFIC ISLANDS FISHERIES SCIENCE CENTER (PIFSC) CETACEAN RESEARCH PROGRAM (CRP) Sources Sought Notice This is a Sources Sought Notice requesting information for market research purposes in accordance with Federal Acquisition Regulations (FAR) Part 10 Procedures. This is not a solicitation, nor does it guarantee a solicitation will be issued. Requests for a solicitation will not receive a response. This is not a request for proposals and it does not obligate the government in any manner. The Department of Commerce (DOC), NOAA is seeking sources capable of performing the requirements necessary to complete to procure two (2) Seaglider SGX autonomous underwater vehicles outfitted with RBR Legato CTD, including the shipping case and field cradle, as well as a single spare antenna assembly. The Seagliders will be delivered ready to receive a passive acoustic system that will be installed by our in-house technical team. PIFSC also seeks the option of adding the Aanderaa 4831 optode and/or Seabird/WETLabs BB2FL-IRB fluorometer prior to delivery or as separate instruments for integration by our in-house technical team at a later time. We also seek optional procurement of the bench clamp assembly.� The requirement is summarized in the table below. Item Quantity Base requirement Seaglider SGX with RBRlegato CTD, with shipping case, field cradle Two (2) Spare antenna assembly One (1) Shipment Seattle to Hawaii Optional pending quotation Up to Aanderaa 4831 optode Two (2) Seabird/WETLabs BB2FL-IRB Two (2) Bench clamp Two (2) A draft Performance Work Statement (PWS) is attached. The Government is especially interested in responses from SBA certified small business concerns that are capable of performing the work described within this notice, but is not limiting full and open interests. The Government anticipates awarding a single award Firm-Fixed Price type contract for services with an estimated performance period from July 1, 2024 through June 30, 2025. The NAICS code for this requirement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Response Requirements Responses to this notice shall be limited to ten (10) pages (excluding marketing literature and/or technical data sheets and/or resumes) and shall include the following: Organization Information The organization name and address, and a point of contact name, telephone number and e-mail address. The organization point of contact shall have the knowledge and authority to clarify responses with Government representatives. The organization�s Unique Identification Number, and organization/company structure (corporation, LLC, partnership, joint venture, etc.). Written confirmation of the organization�s registration in SAM (www.sam.gov). Offerors should be registered to be considered as a source. The size classification of the organization under the appropriate NAICS code, and if the organization is classified as a small business, HUBZone small business, Service Disabled Veteran Owned small business, Woman-owned small business and/or 8(a) certified small business. Capability Statement A detailed Capability Statement in response to the draft PWS, shall be provided which addresses the firm�s capability level. The proposed personnel must possess the ability to provide the Seaglider by January/March 2025 time frame in order to be available for field operations. The contractor shall have knowledge and expertise of NOAA Fisheries policies and programs, as well as experience with planning, and Federal financial management and operations.� Description of the company�s past performance and experience with implementation of this type of support that is of a similar scope and size, including the general nature (Government or commercial entity, contract/purchase amount, etc.) relating to each of the past performance descriptions. Identification of any Government contractual vehicles available for use for this requirement, such as GSA Federal Supply Schedule contract numbers and GWACs by agency and contract numbers, if applicable. Organization information, capability statements and other response requirements information shall be submitted to the contract specialist at Rachel.karkane@noaa.gov no later than 2:30PM PST on May 16, 2024. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result 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. NOAA reserves the right to contact one (1) or more of the respondents if additional information is required or to request demonstrations. Information obtained as a result of this announcement may be reflected in the subsequent solicitation, if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f76c6f8616cd4d51a9550a3f5ed079f2/view)
 
Place of Performance
Address: Honolulu, HI 96818, USA
Zip Code: 96818
Country: USA
 
Record
SN07049190-F 20240503/240501230044 (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.