SOURCES SOUGHT
35 -- CURRENT PROFILER SITU INSTRUMENTATION
- Notice Date
- 8/22/2011
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NRMAD000-11-03195SLW
- Point of Contact
- Sharon L. Walker, Phone: (816)426-7470
- E-Mail Address
-
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Commerce, Atlantic Oceanographic and Meteorological Laboratory in Miami, FL is need of a situ instrumentation to measure ocean currents and waves for estimation of watermass residence times and mixing at the NOAA Atlantic Ocean Acidification Testbed (AOAT). As part of the Coastal ocean acidification observing and warning system, AOML has been funded by the NOAA Coral Reef Conservation Program (CRCP) to set up a monitoring and research Testbed for measuring marine carbonate chemistry parameters on coral reefs. This includes procuring instruments to measure physical variables bearing on carbonate chemistry dynamics, among them wave spectra and ocean current profiles necessary to estimate wave mixing and watermass residence times near the Testbed. Ocean circulation varies significantly over kilometer scales in the region of the projected Testbed deployment (Haus et al. 2004), including vortices and other coherent circulation features (Shay et al. 2002), and significant current variability with water depth under some conditions (Shay et al. 1998). Therefore, it is necessary to obtain water-column profile measurements of ocean currents at multiple points in order to avoid significant underestimation of watermass residence times. The system should be capable of estimating residence times and wave mixing must provide stable, reliable, accurate profiles of ocean currents for at least three sites in the vicinity of the test bed and spectra of surface ocean-wave amplitude vs. wave period for at least two sites. Salient Charactertics : The instruments must operate fully automatically in situ and include: 1) At least three acoustic Doppler current profilers (ADCPs) capable of obtaining ocean current profiles in 1m or smaller bins, at three sites ranging in depth from 3 to 20m; 2) At least two sensors and associated firmware/software upgrades to ADCPs, of sufficiently high sensitivity and sampling frequency to obtain hourly one-dimensional spectra of surface wave amplitude at two sites ranging in depth from 3 to 20m; 3) Batteries, housings, cabling, and other hardware necessary to allow unattended continuous deployment of instruments in the field for up to six months; 4) Trawl-resistant bottom mounts capable of housing at least two current profiler / wave pressure-sensor instruments in environments where both high-energy wave action and significant commercial and recreational use are likely during deployment; 5) Cabling, connector plugs, and other hardware, capable of allowing download of in situ measurement data in the field without retrieval to land. The government only knows of one source capable of meeting this requirement Sontek, YSI Incorporated. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested firms shall include, in writing, the company name, address, point of contact, telephone number, and business size, Federal Supply contract number; a statement regarding their capabilities and qualifications, ability to acquire parts and the turnaround time and any additional terms and conditions associated with its Federal Supply Schedule contract. Submissions received in response to this notice shall be evaluated based on the technical ability and demonstrated past experience to meet the requirements described in the description section above. Vendor must provide a DUNS number (http://www.dnb.com/us/ and register with the Central Contractors Registration (http://www.ccr.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NRMAD000-11-03195SLW/listing.html)
- Record
- SN02543699-W 20110824/110822234834-0659c76dbca70740c4894554455fd0e8 (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 |