Washington Bids > Bid Detail

Acoustic Transponders and Deck Sets

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159312976376767
Posted Date: Jan 20, 2023
Due Date: Feb 3, 2023
Solicitation No: 1305M323QNRMA0024
Source: https://sam.gov/opp/6ef40e640b...
Follow
Acoustic Transponders and Deck Sets
Active
Contract Opportunity
Notice ID
1305M323QNRMA0024
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 20, 2023 03:54 pm MST
  • Original Response Date: Feb 03, 2023 01:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5845 - UNDERWATER SOUND EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Seattle , WA 98115
    USA
Description

This is a Sources Sought notice. The purpose of this notice is to obtain capabilities information from all size and types of firms to determine the degree of competition. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement. We are considering setting aside this acquisition in which case the Non-Manufacturer's Rule would be applicable, see 13 CFR 121.406. If responses from capable small businesses are not received, then if a solicitation is released, the requirement will not be set aside. If the NAICS code of 334511 for Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing is not sufficient for your business, please recommend another NAICS code. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in SAM.gov.



Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to:




  1. Determine if sources capable of satisfying the agency's requirements exists.

  2. Determine whether the acquisition should utilize any of the small business programs in accordance with FAR Part 19.



Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.



Requirement: This sources sought notice is for the manufacture of Acoustic Releases and Deck Sets that meet the specifications needed by the Pacific Marine Environmental Laboratory (PMEL).



Interested parties should submit: 1) A brief description of their capability to provide the required Acoustic Releases and Deck Sets.; 2) Evidence of experience and past performance in the past five years (including a contact name and telephone number) ; 3) Intention to submit a proposal as a prime contractor; and 4) Business company size, point of contact and DUNS number. The business size shall include any applicable preference program (i.e., 8(a), HUBZone, Service Disabled Veteran Owned, Small Business, etc.) For the purposes of this requirement, the NAICS size standard for small business is 1,250 employees or less.



Anticipated Period of Performance: The anticipated contract will be a firm-fixed price indefinite-delivery, indefinite-quantity (IDIQ) contract for the supplies.



NAICS Code/Size Standard: The applicable NAICS Code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, and the size standard is 1,250 employees.



Scope of Work: The scope of the acquisition is to provide Acoustic Transponder Releases and Deck Sets. When the mooring needs to be recovered, a bit-encoded command is sent from the deckset aboard the ship to the acoustic release. The release receives the signal and detaches from the anchor. Over 100 acoustic releases are recovered each year using decksets.



PMEL currently deploys Edgetech acoustic releases on each of its moorings. The acoustic release is used in mooring recoveries to detach the mooring from the anchor. The release can communicate with and receive messages from a shipboard deckset. This allows an operator on a ship to determine positions and to send commands necessary for recovering a mooring. PMEL has based their mooring system on these releases because of their ease of maintenance and reliability for long term deployments.




  • Working range: 10km

  • Transmit source level: 192 dB re uPa @1m

  • Receive sensitivity: -100dB re uPa @1m

  • Interrogate frequency: 9 or 11 kHz

  • Reply Frequency: 7.5 -15 kHz

  • Depth Rating: 6000 m

  • Load rating: 5500 kg

  • Batteries must be alkaline batteries

  • Battery life span no less than 2 years

  • A separate battery circuit devoted to activating the release mechanism in the event the first battery fails must be present

  • Max Dimensions: 40” x 8” inch diameter

  • All metal corrosion resistant housing. Vendor may be asked to provide the material make up of the housing for verification of corrosion resistance.

  • The release must have a tilt sensor indicating if the unit is in the vertical or horizonal position. The release must be able communicate this information to personnel/deckset on the surface.

  • The release must be able to communicate the status of the release mechanism: open or closed

  • Vendor must make replacement components available for purchase and in-house repair by NOAA personnel

  • The release must come equipped with mounting brackets to secure it vertically to a sub-surface platform

  • Release must be capable of being mounted in line with a mooring assembly

  • A side-by-side tandem release option must be available to allow for redundancy of release system in a rigid structure on a mooring assembly to prevent releases from hitting each other and making excessive noise. This configuration should allow the mooring system to be released even if one release fails. Both releases must be able to be retrieved in the event one fails.



PMEL currently deploys Edgetech acoustic releases on each one of its moorings. When the mooring needs to be recovered, a bit-encoded command is sent from the deckset aboard the ship to the acoustic release. The release receives the signal and detaches from the anchor. Over 100 acoustic releases are recovered each year using Edgetech decksets.




  • Confirmation of signal receipt by releases

  • Frequency (Transmit and Receive): 7.0 to 15 kHz

  • Auto switch: 155 & 230 VAC to allow compatibility with foreign and domestic power

  • Timing accuracy within 0.1 millisecond for ranging purposes

  • Operator controlled

    • Frequency selectable

    • Transmit pulse range: 5 to 30 milliseconds

    • Transmit source level 192 dB per 1 micro-Pascal at 1 meter



  • Cable length: 220 feet

  • Weight with cable:
  • Must come in a rugged waterproof case. Components should be water resistant.

  • Self charging internal battery

  • Battery cannot be lithium ion

  • Full command and range capability

  • Automatic time-line display of acoustic status replies



Other desired qualities:




  • Bit encoded signals compatible with Edgetech acoustic releases



Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information.



Companies may respond to this Sources Sought Notice via email to: sue.bratton@noaa.gov and darrin.moore@noaa.gov no later than February 3, 2023 at 1:00 PM.



Please provide the following information/documentation:




  1. Name of Company, Address and Unique Entity ID.

  2. Point of Contact and Phone Number.

  3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern, Hub Zone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern.

  4. Statement for Proposal Submission:

    • Evidence of experience in work similar in type and scope to include contract numbers, project titles, points of contact and telephone numbers.

    • Brief statement on how your company will perform the work.

    • Confirmation that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.





Interested parties: Need to be registered in the System for Award Management (SAM). Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement.



Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.



After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on the Governmentwide Point of Entry (GPE). It is the potential offeror's responsibility to monitor the GPE for release of any future solicitation that may result from this Sources Sought Notice. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
  • SEATTLE , WA 98115
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 20, 2023 03:54 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >