Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOURCES SOUGHT

D -- STELLER SEA LION ARTIFICIAL INTELLIGENCE IMAGE PROCESSING AND COUNTING

Notice Date
4/17/2025 8:32:03 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
REQUIREMENTS-25-0779
 
Response Due
5/8/2025 2:30:00 PM
 
Archive Date
05/23/2025
 
Point of Contact
JAMIE ABU SHAKRAH, Rachel Stone
 
E-Mail Address
jamie.abushakrah@noaa.gov, rachel.stone@noaa.gov
(jamie.abushakrah@noaa.gov, rachel.stone@noaa.gov)
 
Description
National Oceanic and Atmospheric Administration (NOAA) NOAA Fisheries Alaska Fisheries Science Center (aFSC) marine mammal laboratory (mml) Sources Sought Notice (SSN) Steller Sea Lion Artificial Intelligence Image Processing and Counting Effort This is a SSN 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, NOAA Fisheries is seeking all sources capable of performing the requirements necessary to complete Steller Sea Lion Artificial Intelligence Image Processing and Counting services. A draft Performance Work Statement (PWS) is attached for detailed reference. The Government anticipates awarding a firm-fixed price type contract for services with a base year and four (4) one (1) year option periods. The anticipated NAICS code for this requirement is 541511 and the small-business size standard is $34.0M. The Government is especially interested in responses from small business concerns that are capable of performing the work described within this notice. Response Requirements Responses to this notice shall include the following: 1. Vendor Information The vendor name and address, and a point of contact name, telephone number and e-mail address. The vendor point of contact shall have the knowledge and authority to clarify responses with Government representatives. The vendor�s unique entity information (UEI) number and company structure (corporation, LLC, partnership, joint venture, etc.). Written confirmation of the vendor�s registration in SAM (www.sam.gov). Offerors should be registered to be considered as a source. The size classification of the vendor under the appropriate NAICS code, and if the vendor has SBA certification in any socioeconomic categories such as HUBZone, Service Disabled Veteran Owned small business, Woman-owned small business and/or 8(a) certified small business. 2. Capability Submission Interested vendors shall submit a capability submission crafted with focus on the draft PWS (specifically Section 2.0, Tasks 1 through 5) which addresses the firm�s capability level in: Project Communication Tile Mosaic Capabilities Suppression Image Registration Model FUSION (All Class) Detection and Classification Model Virtual Training If applicable, a description of the vendor�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. Capability submissions and other response requirements information shall be submitted to the Contract Specialist, Jamie Abu Shakrah, at Jamie.Abushakrah@noaa.gov, no later than 2:30PM Pacific Time on May 8, 2025. Email is the preferred method for correspondence regarding this Sources Sought Notice. 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. 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/c04d4829ae484cdeb68feadb6866d907/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07413481-F 20250419/250417230051 (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.