Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2016 FBO #5214
SPECIAL NOTICE

B -- RENTAL OF SEISMOMETERS with MINIMAL CONTRACTORS ASSISTANCE

Notice Date
3/1/2016
 
Notice Type
Special Notice
 
Contracting Office
USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO CA 95819-6027 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00284
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested small businesses for the potential requirement detailed below. A formal solicitation and performance work statement are not available. Additionally, in accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to readiness. The US Geological Survey (USGS) has a requirement to rent seismic sensors, other related equipment, and minimal amount of contractor assistance to instruct the USGS deployment crew on the proper procedures for deploying and activating the seismometers. Contractor and Equipment Requirements: 1,850 seismometers shall be provided and shall have the features and minimum specifications detailed below. Features Instrument shall be entirely self-contained and cable-free. It shall include seismic sensor, digitizer, battery, GPS receiver, internal clock, and data storage in a sealed, rugged, water-resistant case. Instrument shall be capable of being buried with its top up to 3 inches below the surface without any loss of functionality, performance, or GPS signal. Instrument shall have a detachable or fixed spike for stability and placement. Instrument shall be capable of operating continuously, functioning completely autonomously during data acquisition. Instrument shall include built-in self-test features, such as internal noise, total harmonic distortion, gain accuracy, impulse, sensor impedance, or similar. Minimum Specifications Seismic sensor type: internal geophone, single-component (vertical) Seismic sensor frequency, damping, sensitivity: 10 Hz, 70% damped, 2 V/in/s (78.7 V/m/s) Battery life: at least 14 days of continuous operation Reliability: >95% Analog-to-digital converter resolution: 24 bits Sample interval: at least 250 samples-per-second (4 milliseconds) Preamplifier gain: 0 dB to 36 dB in 6 dB steps Anti-alias filter: ~83% Nyquist, linear phase or minimum phase Gain accuracy: better than 1% Physical dimension: no more than 7 inches in diameter Physical weight: no more than 6 lbs (including spike) B. A minimum of six handheld terminals or similar associated instrumentation shall be provided for the deployment and activation of the seismometers. This equipment shall be pre-loaded with station configurations and locations (i.e., GPS coordinates) provided by the USGS, if applicable. C. Contractor shall be responsible for shipping or otherwise transporting all equipment to and from the field site in Oklahoma. The seismometers will be deployed at 1,850 locations within a 25-km-by-32-km region in Grant County. The USGS will provide the contractor with an exact shipping/destination address and GPS coordinates for instrument locations at the time of award. Any and all necessary Department of Transportation compliant shipping/transport containers for the equipment will be provided by the contractor. D. The contractor shall provide two professional field technicians experienced with the seismometers and associated instrumentation (such as handheld terminal) in the field to instruct the USGS deployment crew on the proper procedures for deploying and activating the seismometers and to actively assist in the deployment as part of the crew. These personnel are required to be in the field for a period of 4 days at the beginning of instrument deployment. The contractor shall be responsible for arranging all transportation, lodging, and associated logistics for personnel provided. The USGS will coordinate with the contractor regarding the exact dates that these personnel will be needed in the field. E. Contractor field technicians shall work 12 hours per day while in the field, with the flexibility to work weekends and/or holidays, if necessary. F. Contractor shall download all data from the seismic instruments at the conclusion of the deployment and transcribe such data to appropriate hard disk media. This data should undergo no decimation prior to its delivery to the USGS and should be provided as raw, as-recorded data in SEG-D or similar acceptable seismic data format (e.g., SAC). The necessary hard disk media may be provided by the USGS or the contractor. The data transcription shall be completed and the disk drive(s) received by the USGS within 10 business days after instruments are returned to contractor. V. Deliverables Contractor shall provide disk drive(s) containing all seismic data collected to the USGS no later than 10 business days after instrument return. VI. Period of Performance Instruments need to be available for planned deployment lasting a maximum of 45 days in March/April 2016. At conclusion of deployment, data transcription should be completed and all disk drives received at USGS Pasadena office no later than 10 business days after instrument return. VII. Permits The USGS will acquire any permit(s) required to install the seismometers in Grant County, Oklahoma. The contractor shall be responsible for obtaining any applicable permits (or similar) required for shipping/transporting the equipment to and from the field site. All business concerns who believe they can responsibly perform this requirement should submit the following information to the Contracting Officer no later than 3PM EST March 4, 2016: 1. Capability statement describing corporate expertise and technical qualifications in the work described above. 2. Business Size status of vendor ( Ie. Small, 8(a), HUBZone, SDVOSB, etc.) 3. Point of contact information for vendor. 4. Any other information that will demonstrate the vendor is capable of performing the required effort. Submissions should be emailed to the attention of the Contracting Officer, Gerry Lewandowski, at glewando@usgs.gov. Responses should be limited to 10 pages (single-sided). NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. The applicable North American Industry Classification System (NAICS) code is: 541360 Geophysical Surveying and Mapping Services $15M All questions and concerns may be submitted to the Contracting Officer via email only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00284/listing.html)
 
Record
SN04035155-W 20160303/160301234344-529683e105bafc92ae03bc79bbf6e8b6 (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.