SOURCES SOUGHT
99 -- Develop and pilot next-generation survey techniques using imaging sonar instruments to improve data quality collected from marine habitats with low visibility.
- Notice Date
- 5/13/2024 2:36:53 PM
- 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
- REQUIREMENTS-24-0861
- Response Due
- 5/27/2024 2:00:00 PM
- Archive Date
- 06/11/2024
- Point of Contact
- ROWSELL, NATHAN, WAUGH, SARAH
- E-Mail Address
-
NATHAN.ROWSELL@NOAA.GOV, SARAH.WAUGH@NOAA.GOV
(NATHAN.ROWSELL@NOAA.GOV, SARAH.WAUGH@NOAA.GOV)
- Description
- The National Oceanic Atmospheric Administration (NOAA) Fisheries, southeast Fisheries Science Center (SEFSC) uses underwater moorings to collect various sources of data on the status of marine resources. Configurable data types include passive and active acoustic, sonar, video, environmental, and eDNA data. The application of these diverse datasets is wide but includes the enumeration of reef fishes, assessment of suitable habitat, and identification of protected species, which collectively feed into Southeast Data, Assessment, and Review (SEDAR) products. The difficulties in effectively surveying resources using video in habitats with low visibility have resulted in the allocation of funds to develop next-generation survey techniques, which include altering survey platforms to include acoustic technology. Specifically, imaging sonar instrumentation. The period of performance for this contract is expected to begin July 01, 2024, through to June 30th 2029. �The anticipated North American Industry Classification System (NAICS) Code is 334511, Search Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, which has a small business standard of 1350 employees. The period will include the initial purchase of two (2) imaging sonars. If the pilot tests are successful there will be options to purchase up to an additional four (4) imaging sonars. The minimum technical specifications for the imaging sonar are: 1. Must operate at dual frequencies greater than 1.8 and a minimum of 3.0 MHz to produce acceptable, high-quality images. 2. Must be capable of producing real-time, near video quality images (minimum of 15 frames per second) in zero visibility and turbid environments. 3. Must have an adjustable imaging range scale out to a maximum of 15 meters during low-frequency operation and a minimum of 5 meters during high-frequency operation 4. Must have the ability to focus sonar images throughout the imaging range 5. Must be capable of operation to depths of a minimum of 300 meters 6. System computer requirements shall operate using a Windows PC-based interface to allow operation of the device, and remote capture, storage, and analysis of video data. 7. Operating software shall be provided at no additional cost and must be included with the imaging sonar 8. Operating software supplied must be capable of providing the following functions: i. background subtraction ii. measuring targets and recording data iii. automatic focus capability (focusing the sonar to the center of the image window) iv. automatic gain calculation 9. System selected should preferably have a historical track record of use by academia and scientific organizations 10. System selected should preferably have papers published in scientific journals regarding product use INFORMATION REQUESTED: The Government is requesting that all interested vendors provide information regarding their experience and capability to provide an appropriate imaging sonar instrument. NOAA may utilize the responses to this Sources Sought to conduct additional market research.� Information obtained from this Sources Sought, and the subsequent communication with the vendors, if any, may be utilized to assist NOAA in developing a formal Request for Proposal (RFP) or Request for Quote (RFQ). In addition to addressing technical capabilities, responses must include the following: Name and address of firm Size of business (e.g. small, small disadvantaged business, woman owned, etc.) Unique Entity ID/SAM.gov registration Number of years in business Affiliate information if applicable Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor) if applicable Point of contact - address and phone number SUBMITTAL REQUIREMENTS: If you have any questions related to the notice or attachments, please submit via email no later than Monday, May 20, 2024 to Contract Specialist Nathan Rowsell (nathan.rowsell@noaa.gov) and Contracting Officer Sarah Waugh (sarah.waugh@noaa.gov) Responses are due no later than Monday, May 27, 2024 by 2:00 PM PDT. Please limit responses to five pages (excluding any photos or brochures) This is for market research purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued or awarded. This is not a solicitation.� This is not a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), Request for Application (RFA) or announcement of a solicitation, and does not assume the Government will award a contract or proceed with any of the above solicitation efforts in the near future. No entitlement to payment of direct or indirect cost or charges by the Government will arise as a result of the submission of information.� All information considered proprietary shall be marked accordingly, and properly identified proprietary information will be safeguarded in accordance with federal regulations. The Government shall not be liable for or suffer any consequential damages for improperly identified proprietary information. The purpose of this announcement is solely to gather information from the marketplace, and any responses received will neither be considered an offer by the responding party nor returned to the responding party. No telephone inquiries will be accepted, and requests for solicitation packages will not be honored at this time since no solicitation has been prepared.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cf2d34d439ff4ed3ad0724e2b03518da/view)
- Place of Performance
- Address: Pascagoula, MS 39567, USA
- Zip Code: 39567
- Country: USA
- Zip Code: 39567
- Record
- SN07062624-F 20240515/240513230055 (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 |