Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOURCES SOUGHT

H -- GPS/Iridium satellite collars and repair of TGW-4577-X GPS/Iridium satellite co

Notice Date
3/6/2018
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
140G0318Q0046
 
Response Due
3/12/2018
 
Archive Date
3/27/2018
 
Point of Contact
Lushenko, Nikolas
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is to determine the availability of potential contractors who can provide the following. USGS Northern Rocky Mountain Science Center, Bozman, MT, is conducting a market research/sources sought to help determine the availability and technical capability of qualified businesses capable of providing the items mentioned below. This sources sought synopsis is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulations (FAR) Part 10. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. Any responses to this sources sought will be treated as information only. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. The intent of this notice is to determine if any other source(s) exist. All responsible sources may submit a capability statement, which shall be considered by the Government. The information received in response to this notice will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. NAICS is 334220 - RADIO AND TELEVISION BROADCASTING AND WIRELESS COMMUNICATIONS EQUIPMENT MANUFACTURING Size Standard 1,250 EMP. Responses must include complete description of capabilities to be provided and contain sufficient technical information to allow agency analysis to establish bona fide capabilities. Capability statements shall only be accepted through electronic mail addressed to nlushenko@usgs.gov. All statement documents required by this notice must be uploaded and received in their entirety no later than March 12, 2018 at 1700 ET. Statements submitted by hardcopy or the Fed Connect web portal or Fed Connect Message Center shall not be accepted or considered. The USGS requires purchase of GPS/Iridium satellite collars and repair of TGW-4577-X GPS/Iridium satellite collars that were previously deployed on grizzly bears and have been recovered from the field with the follow but not limited to specification. These existing collars are manufactured by Telonics. 1.Collars must be built with the collar material and sizing as per specifications provided as follows: belting width must be no greater than 2 inches and no less than 2 inches in order to prevent neck injuries. Belting thickness must be composed of two layers of butyl belting (1/16" brown butyl) over (1/8" white butyl) with a thickness no greater than 3/16". 2.Collars must incorporate an integral 1.5- to 2.0-inch wide biodegradable cotton spacer in case drop-off mechanism fails to prevent collar from remaining on animal. 3.Collar housing must be hermetically sealed in metal canister and weight must not exceed 300 grams 4.Total collar weight with drop-off mechanism and adjustable belting must not exceed 900 grams. 5.Average estimated collar battery life using the parameters of (a) 90% fix success, (b) mean fix time of 30 seconds, and (c) maximum fix attempt time (i.e., time-out) of 180 seconds) must meet or exceed 2 years (1 year = 15 Mar-20 Dec) of field deployment using a 52-minute GPS acquisition intervals and weekly downloads of data. 6.Collars must contain a secondary battery to provide additional VHF operation following the end of GPS/Iridium life or power VHF exclusively with its own battery to aid in collar recovery after dropping off an animal. The VHF recovery beacon must last (on average) for at least 6 months following the end of GPS/Iridium life. 7.GPS/VHF acquisition programming must meet the following requirements: a.Collars must hold a minimum of 4 distinct programs to control collar operations (e.g., acquisition schedule, vhf pulse). b.Users must have the ability to change between these 4 programs post-deployment on animals remotely using the Iridium satellite network. c.Users must have the ability to upload new acquisition programs to the unit post-deployment via the Iridium satellite network. d.Users must have the ability to write their own programs using software that can be uploaded to the unit without the need to send units to the manufacturer. e.Acquisition intervals must be fully flexible and have a minimum of 13 minutes 8.External portions of the GPS/Iridium antennas must have a structural modeled plastic (or other equivalent) cover to prevent fatigue and possible breaking and must be located on the top of belting opposite the housing. We will not accept side mounted GPS antennas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0318Q0046/listing.html)
 
Record
SN04844660-W 20180308/180306231528-82e6d1f967b48d378cd6a26b32f6da9b (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.