Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
SPECIAL NOTICE

58 -- INTENT TO SOLE SOURCE FISH TAG DETECTORS ANTENNAS, US FISH & WILDLIFE SERVICE

Notice Date
7/31/2018
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE P.O. BOX 1306 500 GOLD AVENUE SW ALBUQUERQUE NM 87102-3118 US
 
ZIP Code
00000
 
Solicitation Number
DOIFFBO180006
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE: The U.S. Fish and Wildlife Service San Juan River Basin Recovery Implementation Program (SJRIP), New Mexico Ecological Services Field Office, Albuquerque, New Mexico relies on remotely collected monitoring data to inform its management actions to recovery endangered Colorado pikeminnow and razorback sucker. Submersible antennas known as ¿wagon wheels ¿ have been an effective tool to accomplish this objective. Therefore, the USFWS SJRIP intends to award, on a sole source basis, a 100% U.S. small business set aside Fixed Price contract in accordance with FAR Part 13 Simplified Acquisition Procedures, for the purchase of 10 36 ¿ Circle Submersible Antenna; 20 Submersible Antenna Battery Pack; 2 Submersible Batter Pack Charger to Biomark Inc., for their specialized equipment that can read existing Biomark PIT Tags due to the below listed essential salient features: Technology Compatibility: 1) Units must be fully submersible (i.e. completely water tight); 2) Units must be able to be deployed by one person and have capability of being anchored while being deployed completely under the water; 3) To be able to be deployed by one person units must be no more than 36" diameter with a battery and data reader/logger mounted directly onto the body of the antenna; 4) The data reader must have a user-data interface that, upon retrieval of the antenna from the water, will allow them to be plugged into a portable computer, via a USB to serial port data cable, in the field in order to download data and manipulate/change reader settings. This avoids the necessity of having to bring the unit back to the office for data download; 5) The manufacturer must have a supporting terminal emulator software program available that will allow the user to download, access, decipher, and manipulate data that was recorded by the PIT tag antenna's data logger; 6) Data loggers must have the capability of storing up to 25 million individual records; 7) Data loggers must be able to detect, decode, and record the following type of PIT tags: Biomark Brand ISO 11784/11785 FDX-B and HDX PIT tags. All PITs tags with this specification read at 134.2 kHZ frequency All PITS tags used by the Upper Colorado and San Juan River recovery programs are BioMark brand PIT tags that fit within these specification. So in order to detect the PIT tags that are already deployed, and will continue to be deployed in the future, these PIT tag antennas MUST be able to detect, decode, and record these specific PIT tags; 8) Battery packs need to provide up to 21 days of continuous operation on a single battery pack; 9) Battery packs must be detachable, allowing battery units to be changed in the field, to allow for extended deployment in the field. This will avoid the necessity of bring the units back into the office to change and/or recharge. BioMark, Inc is the sole manufacturer of these wagon wheel portable submersible antennas used to detect PIT tagged fish. These wagon wheels can be temporarily deployed to address site specific management issues and questions. Because of the numerous locations where these wagon wheels can be deployed in the San Juan River basin, the need to have spare antennae should any require repair. The proposed contract action for the Biomark Inc., 36 ¿ Circle Submersible Antenna and Battery Packs for which the Government intends to solicit and negotiate with only one source 10 U.S.C 2304(c)(1) as implemented by FAR 13.106-1(b)(1), only one responsible source. The Government intends to make an award by end of August 2018. This notice of intent is not a request for quotes. It is for informational purposes only and shall not be construed as a commitment by the Government. The associated North America Industry Classification System (NAICS) Code is 334551 and the Size Standard is 1,250 Employees. A determination by the Government not to compete this requirement based on responses to this notice is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Interested firms may identify their interest by providing a capability statement no later than Thursday, August 9, 2018 at 12:00 PM EASTERN TIME. The capability statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required item. Oral communications will not be accepted. If no affirmative written responses are received to determine whether a qualified source is more advantageous to the Government, the award shall be made without further notice to Biomark Inc, Boise, ID. Firms interested in doing business with the Government are required to be registered with the System for Award Management (SAM). Registration is free of charge. For additional information and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet online at: http://www.dnb.com/ or by phone at (800) 333-0505. For information regarding this purchase, please contact one of the following personnel: Lisa Rodriguez (505) 248-6797; Email: lisa_rodriguez@fws.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/DOIFFBO180006/listing.html)
 
Record
SN05013644-W 20180802/180731231029-1bad9b6a4436d51d7cf22f20ff74250c (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.