SOURCES SOUGHT
59 -- Ocean Wave Glider Marine Unmanned Surface Vehicle
- Notice Date
- 11/23/2010
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region-National Data Buoy Center, National Data Buoy Center, Building 1007 - Procurement Team, Stennis Space Center, Mississippi, 39529-6000, United States
- ZIP Code
- 39529-6000
- Solicitation Number
- QA133W-11-RQ-0082
- Point of Contact
- Kurt L. Weilbaecher, Phone: 228-688-2825, Faith Smith, Phone: 228-688-1706
- E-Mail Address
-
kurt.weilbaecher@noaa.gov, faith.smith@noaa.gov
(kurt.weilbaecher@noaa.gov, faith.smith@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. NOAA intends to award a procurement for an ocean wave glider for the National Data Buoy Center (NDBC). The required autonomous wave propelled vehicle shall be capable of measuring and reporting meteorological observations while maintaining station for periods in excess of one year in the open ocean under all conditions. The system shall be capable of deployment near shore and travel via way points to a station up to 1000 nautical miles away. Data processing, two way communications with the vehicle and data access will be provided as part of the system. Data access and communications shall be available via a vendor provided website 24 hours per day. Initial production or prototypes are not suitable for NDBC operational needs. Therefore, the system must be a tested and proven design and previously (to these requirements) sold on the public market. The system shall meet the following additional requirements:  Entire system shall weigh no more than 200 pounds.  Physical dimensions shall permit air freight shipment and two person transport and deployment from a small boat.  To avoid vandalism the system shall have low visible and radar detectability.  The system shall be capable of making 1.5 knots through the water under most ocean conditions.  The vehicle shall be able to keep station within a radius of 500 yards of desired location under most conditions.  System reporting shall be user configurable and capable of reporting measurements averaged over a period of 10 minutes at least hourly.  The meteorological sensor package shall take measurements of wind direction, wind speed, wind gusts, air temperature and barometric pressure.  Wind speed and gust measurements shall be accurate to 1.0 meter/second or 10% whichever is greater over a range of 0 to 160 knots.  Wind direction measurements shall be accurate to within 10 degrees over a range of 0 to 360 degrees.  Air temperature measurements shall be accurate to within 1.0 degree C over a range of -25 to 45 degrees C.  Barometric pressure measurements shall be accurate to within 1.0 hPa over a range of 850 to 1100 hPa.  Housekeeping parameters and system power measurements shall be included in reported data.  GPS position information shall be included in the reported data.  Communications shall be via Iridium Satellite.  System operating temperature range shall be at least -15°C to 35°C and storage temperature range shall be at least -15°C to 40°C.  Power system shall provide for a normal operational life of 1.5 to 2 years or more.  The system shall have a proven operational history of high reliability in the "as specified" configuration. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. It is anticipated that a firm-fixed price contract for the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division (EAD) will be awarded. The North American Industry Classification Code (NAICS) is 334516 with a size standard of 500 employees. The Federal Supply Classification (FSC) Code is 5985. All contractors doing business with the Government are now required to be registered with the Central Contractor Registration (CCR). 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 on the basis of responses received to this notice. Interested firms should submit in writing, its name, address, point of contact, telephone number, business type and size and a brief narrative regarding its capability to provide the required services. It is the Government's intent to analyze responses from firms which can operate in the areas of consideration as specified above. Detailed information must be submitted by mail to the U.S or e-mail (kurt.weilbaecher@noaa.gov), Department of Commerce, NOAA, NDBC, Bldg 1007 Stennis Space Center, MS 39529, ATTN: Kurt Weilbaecher, or to the email address below by 4:00PM, December 13, 2010. Questions of any nature may be addressed in writing to kurt.weilbaecher@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NDBC/QA133W-11-RQ-0082/listing.html)
- Place of Performance
- Address: NDBC, Bldg 1007, Stennis Space Center, Mississippi, 39529, United States
- Zip Code: 39529
- Zip Code: 39529
- Record
- SN02332977-W 20101125/101123234546-b1aa08360d251162dc50896f88b862da (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |