Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOLICITATION NOTICE

59 -- Passive Acoustic Monitoring (PAM) System

Notice Date
8/15/2024 2:49:33 PM
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
145027-24-0076
 
Response Due
8/19/2024 12:00:00 PM
 
Archive Date
09/03/2024
 
Point of Contact
Moore, Darrin
 
E-Mail Address
darrin.moore@noaa.gov
(darrin.moore@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS Passive Acoustic Monitoring (PAM) System SYNOPSIS: This is a notice of intent to negotiate on a sole source basis. The Passive Acoustic Monitoring (PAM) System requirement is hereby synopsized in accordance with FAR 5.207 Preparation and Transmittal of Synopses: Action Code: Date: 15 August������� Year: 2024 Contracting Office ZIP Code: 80305 Product or Service Code: 5961 Contracting Office Address: 325 Broadway, DSRC, Boulder, CO 80305 Subject: Passive Acoustic Monitoring (PAM) System Proposed Solicitation Number: TBD Closing Response Date: 19 August 2024 Contact Point or Contracting Officer: Contracting Officer: Darrin Moore Email: darrin.moore@noaa.gov Contract Award and Solicitation Number: Solicitation Number: TBD Contract Number: To be determined at time of award. Contract Award Dollar Amount: $79,100.00 (est) Contract Line Item Number: N/A Contract Award Date: TBD Contractor: Embedded Ocean Systems POC: Chris Jones (206) 766-0671 chris@embeddedoceansystems.com 26 King St Rockport, MA 01966 Description: � This procurement is for twenty-one (21) passive acoustic monitoring (PAM) system electronic control boards with analog-to-digital converters (ADC), software to run the PAM control boards, as well as services to integrate the supplies into the existing Noise Reference Station (NRS). The Government intends to negotiate directly and award one (1) firm-fixed price purchase order with a total value of $79,100.00. The expected delivery date is 31 January 2025. Supporting rationale. Only one source or brand name is reasonably available as detailed below: Compatibility to existing systems or equipment - The required supplies and installation must be compatible in all aspects (form, fit, and function) with existing systems or equipment, and the source is uniquely qualified to meet the requirement. The NOAA Noise Reference Station (NRS) system was engineered in the early 2010s using custom designed, research-grade, electronic hardware for passive acoustic monitoring. That hardware is now obsolete, and the sole original design engineer has retired. Only one vendor currently exists in the United States that has worked with the original retired NRS system engineer and is capable of re-designing and delivering the next generation of NRS system hardware.� This system is used in the highly-specific niche of research-grade acoustic monitoring, and any other entity capable of creating similar functionality exists only in academic settings (i.e. they are non-commercial and not sold as an engineering product development or service). The proposed contract action is for equipment for which the Government intends to solicit and negotiate with only one source under authority of FAR 13.501. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, any firm that believes it can meet this requirement may provide written notification to the Contracting Officer. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Place of Contract Performance: Seattle, WA Set-aside Status: This Government intends this procurement to be a total small business set-aside�sole source award. ��������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a355171f92741ffa0cbfaa0784bbd21/view)
 
Place of Performance
Address: Seattle, WA 98115, USA
Zip Code: 98115
Country: USA
 
Record
SN07172519-F 20240817/240815230123 (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.