Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
SOURCES SOUGHT

58 -- Dual Frequency Adaptive Resolution Imaging Sonar

Notice Date
7/23/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G12PS00659
 
Response Due
8/7/2012
 
Archive Date
9/6/2012
 
Point of Contact
Callista Clark
 
E-Mail Address
cclark@usgs.gov
(cclark@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
Concerns having the ability to furnish the product described herein are requested to give written notification (including the name and telephone number for a point of contact) to the contract specialist listed in the announcement within 15 calendar days from the date of this synopsis. The U.S. Geological Survey, BRD, Columbia Environmental Research Center, requires a Dual Frequency Adaptive Resolution Imaging Sonar device. This device requires the following: 1) Operate at dual-frequencies greater than 1.0 and less than 2.0 MHz to produce acceptable, high quality images; 2) Produce near video quality images (up to 30 frames per second) in zero visibility and turbid environments; 3) Have an adjustable imaging range out to 30 m minimum; 4) Have the ability to focus sonar images throughout the imaging range; 5) Provide for image resolution sufficient to identify and measure fish or objects less than or equal to 5 cm at 10 m range; 6) Provide attachment brackets and a remotely-operated, underwater pan and tilt mechanism to mount the device and direct the imaging beam under high current conditions; 7) Provide for windows PC-based interface to allow operation of the device, and remote capture, storage, and analysis of video data; 8) Operate with low power consumption (15-20 w) for extended unattended, remote operation and operation in small watercraft. 9.) Operating system provides for autonomous, unattended operation and for the counting and measurement of fish size. Based on the information at this time, the government considers the product specified as a sole source from Ocean Marine Industries, Inc., Chesapeake, VA, and proposes to negotiate a contract with the firm on that basis. However, should additional sources be identified, they will be considered. Firms who feel that they can furnish the required product or its functional equivalent (based on the criteria specified herein) are invited to submit, in writing, an affirmative response to this announcement. An affirmative response would include literature, brochures and other such materials which correspond to the required services and supplies stated herein. This information will be evaluated and used to determine if competitive opportunities exist. Since no solicitation document exists, request for such documents without accompanying information will be considered non-responsive to this request without further consideration. Affirmative response shall be received by this office by close of business August 7, 2012 by 3:00 P.M. Mountain Standard Time. This notice may represent the Governments only official notice of this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00659/listing.html)
 
Record
SN02812090-W 20120725/120723235658-3ee37319d666a0a34aae1d216c6eccd6 (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 |
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.