SOURCES SOUGHT
66 -- Bat Acoustic Equipment
- Notice Date
- 9/11/2012
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-12-T-0285
- Response Due
- 9/14/2012
- Archive Date
- 11/13/2012
- Point of Contact
- Andre D. Desima, 719-526-5041
- E-Mail Address
-
MICC - Fort Carson
(andre.desir.desima@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A REQUEST FOR INFORMATION AND INTEREST FROM COMMERCIAL VENDORS FOR BAT ACOUSTIC EQUIPMENT. Mission and Installation Contracting Command - Fort Carson Contracting Office- Fort Carson, Colorado is conducting market research for the following items. The requirement is for the Contractor to provide: ITEM Quantity Song Meter SM2BAT + Terrestrial Ultrasonic Package20 Each SM2 Microphone Cable 10 Meters 20 Each SM2 Microphone Cable 50 Meters 03 Each Echo meter EM3 Handheld Ultrasonic Recorder02 Each SMX-II Weatherproof Acoustic Microphone 15 Each Song Scope V4 Software per-User-per-Device 01 Each External Temperature Sensor for SM2 (10 Meters) 01 Each Specifications: 1.SM2BAT+ Passive terrestrial Ultrasonic Bat call monitoring Recorder (with ultrasonic microphone) Package a.Package would include an acoustic recording capability (will record Mexican spotted owl calls) PLUS ultrasonic bat recording interface and weatherproof ultrasonic microphone. Acoustic winter white-nose syndrome monitoring of bat activity at mine openings will be occurring in known winter Mexican spotted owl roosting habitat. It is essential to monitor bat ultrasonic bat activity on one channel while simultaneously recording Mexican spotted owl call activity on another channel. b.The recorder needs to have 16-bit full spectrum and native zero crossing technology. Full spectrum will allow for better species differentiation of acoustically similar species at mines where multiple species of Myotis occur, but the file size for each recording is larger. Zero crossing file sizes are significantly smaller (2-5 kilobytes per bat pass), requiring small memory cards in detectors, much shorter download time in the field, and less requirement for back-up hard-drives; additionally, zero-crossing detectors use less energy during operation than full spectrum units. Smaller file sizes may be necessary in long-term monitoring deployments. Having an ultrasonic bat recorder that does both is necessary to be able to switch between desired recording modes. c.It must have a temperature sensor capability to enable the recording of external mine opening temperature to compare with acoustic activity patterns of bats during all seasons. d.It must have a weatherproof ultrasonic omnidirectional microphone because it will be deployed out in the elements at least 6 months at a time during all seasons that can detect bat calls in any direction. e.The unit needs to be able to schedule recording periods based on sunrise and sunset. This will help minimize unnecessary battery drain using a solar powered recharge system and reduce spurious recordings from noise interference during post processing. 2.Hand-held Ultrasonic Reader - The Echo Meter EM3 is needed for active bat monitoring and must be compatible with software analysis and data collected by the SM2Bat+. 3.Acoustic Microphone - It is essential to monitor bat ultrasonic bat activity on one channel while simultaneously recording Mexican spotted owl call activity on another channel using the normal acoustic microphone. 4.Software (song scope) - Song Scope is needed to automatically scan through many recordings to prescreen the owl calls from other wildlife calls to reduce time spent processing data. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. IT IS NOT A REQUEST FOR PROPOSAL, SOLICITATION, OR AN INDICATION THAT THE GOVERNMENT WILL NECESSARILY CONTRACT FOR ARTICLES AS A RESULT OF THE EVALUATION. THE GOVERNMENT WILL NOT PAY FOR INFORMATION RECEIVED IN RESPONSE TO THIS RFI. Responses to this notice should include: 1) A written narrative of contractors' capability/specifications to provide the requested items and ; 2) Company size in relation to the applicable North American Industry Classification System code (NAICS) 334310; 3) Commercial and Government Entity (CAGE) Code; 4) The socioeconomic status of the company, i.e., small business concern, 8(a) business, HUB Zone small business, small disadvantaged business, woman-owned small business, veteran owned small business, or Service disabled veteran owned small business; 5) Point of Contact information to include name, email address, telephone and fax numbers. This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. All information received will be protected and safeguarded as Acquisition/Source Selection Sensitive in accordance with FAR Part 3.104, Procurement Integrity. Responses shall be e-mailed to the Contract Specialist, Andre D. Desima at andre.d.desima.civ@mail.mil. All responses must be received no later than 1200 hours (Noon) Mountain Time on 14 September 2012. Contracting Office Address: Mission and Installation Contracting Command, Directorate of Contracting, 1676 Evans St. Bldg. 1220, 3rd Floor, Fort Carson, CO 80913.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bf667ecf3be7d59f32e6a389981188c9)
- Place of Performance
- Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02877396-W 20120913/120912001210-bf667ecf3be7d59f32e6a389981188c9 (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 |