Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SPECIAL NOTICE

67 -- Modular Optical Underwater Survey System (MOUSS)

Notice Date
8/9/2018
 
Notice Type
Special Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
1305M318QNFFR0061
 
Archive Date
9/4/2018
 
Point of Contact
MONA M ASH, Phone: 206-526-4888, Noah N. Nielsen, Phone: 2065266034
 
E-Mail Address
MONA.M.ASH@NOAA.GOV, noah.nielsen@noaa.gov
(MONA.M.ASH@NOAA.GOV, noah.nielsen@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT PLEASE NOTE THAT NO CALLS WILL BE ACCEPTED REGARDING THIS NOTICE. ANY INQUIRIES MUST BE SUBMITTED ELECTRONICALLY TO: Mona Ash, CONTRACT SPECIALIST AT mona.m.ash@noaa.gov National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), hereby gives public notice of the intent to negotiate a sole-source contract pursuant to the statutory authority permitting other than full and open competition (including brand name) under 41 U.S.C. 1901, using Simplified Acquisition Procedures (SAP) up to $7M as authorized by Federal Acquisition Regulation (FAR) 13.500(a) and implemented by FAR 13.501(a), which allows for "sole source (including brand name) acquisitions." NMFS requires Modular Optical Underwater Survey System (MOUSS) items from Seabed Technologies, Inc. to estimate species-specific, size-structured abundance of commercially important fish species in Hawaii and the Pacific Island Region. The MOUSS is an autonomous stereo-video camera system that was developed by Seabed Technologies, Inc. This is the only effective tool for in-situ visual sampling of fish assemblages. The following are the items required. Base Items: 2 additional MOUSS units made with the following components: 2 ea. - Imaging System ST-CAM-1920-BW with lenses. 2 ea. - Recording System ST-DVR-2HD All related internal electronics, cables, and software. Components must fit into the existing systems/housings and be 100% compatible to allow for swapping with existing units. Two additional Options for the following items: 2 additional MOUSS units made with the following components: 2 ea. - Imaging System ST-CAM-1920-BW with lenses. 2 ea. - Recording System ST-DVR-2HD All related internal electronics, cables, and software. Period of Performance Base Items: Required delivery date November 30, 2018 Option I Items: Required delivery date November 30, 2019 Option II Items: Required delivery date November 30, 2020 The item must be 100% compatible with NOAA NMFS PIFSC existing MOUSS units. It is not in the best interest of the Government to replace the existing MOUSS programs or hardware with another system. The current systems would become obsolete and data would be lost. Therefore, any proposed items must be capable of integrating with the existing hardware (spare parts) and software equipment currently supporting the MOUSS program. Vendors who believe they can meet this requirement are required to submit, in writing, an affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include a written narrative statement of capability, including detailed technical information, demonstrating their ability to meet the requirement. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 8:00 AM (Pacific Standard Time), Monday, August 20, 2018. The responses must be submitted via e-mail to Mona Ash, Contract Specialist, at mona.m.ash@noaa.gov. NOTHING HEREIN SHOULD BE MISCONSTRUED AS A REQUEST FOR COMPETITIVE PROPOSALS, QUOTES OR BIDS. NO SOLICITATION DOCUMENTATION IS AVAILABLE OR WILL BE ISSUED. The National Industry Classification Systems (NAICS) Code is 334310, and the size standard is 750 employees. The provisions and clauses to be incorporated in any solicitation and proposed Firm-Fixed-Price contract shall be those currently in effect through Federal Acquisition Circular 2005-99, published 15 June 2018. (End of Notice of Intent)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/1305M318QNFFR0061/listing.html)
 
Place of Performance
Address: 1845 Wasp Blvd, Honolulu, Hawaii, 96818, United States
Zip Code: 96818
 
Record
SN05028756-W 20180811/180809231032-d71d19df329296e566f2df929b273adf (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.