Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 07, 2024 SAM #8258
SOURCES SOUGHT

58 -- ASL Environmental Sciences Shallow Water Ice Profiler (SWIP)

Notice Date
7/5/2024 12:45:08 PM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
145025240065SM
 
Response Due
7/17/2024 11:00:00 AM
 
Archive Date
08/01/2024
 
Point of Contact
MAS, STEPHANIE, Phone: 3035786768
 
E-Mail Address
STEPHANIE.MAS@NOAA.GOV
(STEPHANIE.MAS@NOAA.GOV)
 
Description
Notice Number: 145025240065SM Notice Type: Sources Sought Synopsis Title: ASL Environmental Sciences Shallow Water Ice Profiler (SWIP) Response Date: July 17, 2024 This is a SOURCES SOUGHT SYNOPSIS and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified U.S. Domestic businesses, which could include Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and even Large Businesses. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. The National Oceanic and Atmospheric Administration (NOAA), Oceanic and Atmospheric Research (OAR), Great Lakes Environmental Research Laboratory (GLERL) is a multidisciplinary environmental research laboratory that provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. ASL Environmental Sciences Shallow Water Ice Profiler (SWIP) units are real time acoustic ice profilers for shallow water, which allow scientists to study the effects of these areas with the data provided, in high resolution. The GLERL requires a profiler like the SWIP in order to continue existing data sets in the Great Lakes. INTENDED USE/PURPOSE: The ASL Environmental Sciences SWIP facilitates measurements for river ice cover monitoring for flood control; river, lake and estuary ice research; and frazil ice monitoring near potable and cooling water intakes. It has the ability to monitor and record ice targets at the water�s surface, with continuous sampling up to 2 Hz. The instrument has a large on-board data capacity (up to 16 Gbyte), and real-time RS-232 communications or RS-422 for cabled installations > 15 m. This is the only known instrument that can meet the Government�s needs, and this notice�s intent is to identify any other products that meet the full requirements listed below. SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES: Features: Monitor and record ice targets at the water surface Record backscatter returns from ice particles suspended in the water column (frazil ice) Up to 2 Hz continuous sampling Excellent horizontal resolution - 542 kHz transducer, 6� beam width Low power requirements (shore power or internal battery pack) Robust low-profile housing Large on-board data capacity(up to 16 Gbyte) by Compact FlashReal-time RS-232 communications or RS-422 for cabled installations> 15 m Versatile Windows-based software for deployment planning and initialization, instrument testing and downloading of stored data Upward Looking Sonar: Operating Frequency: 542 kHz standard; 235 kHz optional Beam Width: 6 degrees standard; 11 degrees optional Sampling Rate: up to 2 Hz Duty Cycle: up to 100% Maximum Range: 20 m Precision: +/- 0.05 m (ice drift) Realtime Clock: Accuracy: +/- 5 min/year Data Storage: Standard: 8 GB Compact Flash Optional: 16 GB Compact Flash Power: External: 8-15 VDC; 1 A (Peak) Internal: 40 Ahr; 200 Ahr Tilt Sensor: Range: +/- 20 degrees Accuracy: +/- 0.5 degrees Precision: 0.01 degrees (noise level) Temperature Sensor: Accuracy: +/- 0.1 degree C Resolution: 0.05 degree C Absolute Pressure Sensor: 3 Bar Strain Gauge Range: 0-20 m Size: External Power: 27cm x 15cm x 15cm 40 Ahr: 62cm x 15cm x 15cm 200 Ahr: 117cm x 17cm x 17cm Optional Features: 235 kHz frequency with 11� beam width (for slush and thermal ice studies) Magnesium/Zinc anodes for fresh/salt water corrosion protection Simple aluminum bottom mounting platform Heated pyramid shaped ice resistant bottom frame Shore-based barometer for draft calculations Polyurethane jacketed cable (max 1200 m long) Armoured cable (max 300 m long) Customized shore-based data management system for SWIP and integrated ADCP Mounting design assistance and equipment available upon request Ice Profiler Processing Toolbox� software for processing and analysis of SWIP and ADCP ice velocity data sets . Acoustic Profile Analyzer - visualization of acoustic backscatter profiles Data Processing Services DELIVERY SCHEDULE: Deliver by 60 days after date of award. The North American Industry Classification Code (NAICS) is 334519 with a size standard of 600 employees. Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm�s capability and experience meeting the requirements herein and include your firm�s name, address, point of contact, telephone number, UEID Number, CCR CAGE Number, business type and size (i.e., small, large, non-profit, educational, etc.). Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to provide the items as specified above. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise, that any procurement action may be issued for the Government�s requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of the submission of contractor�s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM) website. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded based on responses received to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3645382b2b324a9a9b5938d51d78d800/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07118888-F 20240707/240705230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.