Buoyless/Ropeless Systems

Agency: COMMERCE, DEPARTMENT OF
State: Federal
Type of Government: Federal
FSC Category:
  • 70 - General Purpose Information Technology Equipment (including software).
NAICS Category:
  • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Set Aside: Partial Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 11, 2024
Due Date: Apr 23, 2024
Solicitation No: 143021-24-0093
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Buoyless/Ropeless Systems
Active
Contract Opportunity
Notice ID
143021-24-0093
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 11, 2024 03:19 pm EDT
  • Original Published Date: Apr 09, 2024 09:23 am EDT
  • Updated Response Date: Apr 23, 2024 02:00 pm EDT
  • Original Response Date: Apr 23, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 25, 2024
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
Description

Disclaimer: This is not a solicitation. This is not a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), Request for Application (RFA) or announcement of a solicitation, and does not assume the Government will award a contract or proceed with any of the above solicitation efforts in the near future. This request is for informational purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued or awarded. No entitlement to payment of direct or indirect cost or charges by the Government will arise as a result of the submission of information. All information considered proprietary shall be marked accordingly. The Government shall not be liable for or suffer any consequential damages for improperly identified proprietary information. Properly identified proprietary information will be safeguarded in accordance with federal regulations. The purpose of this announcement is solely to gather information from the marketplace, and any responses received will neither be considered an offer by the responding party nor returned to the responding party.



Synopsis: Sources Sought



The Northeast Fisheries Science Center (NEFSC) of the National Oceanic & Atmospheric Administration (NOAA) is conducting market research for the purpose of identifying small businesses that have demonstrated capability to provide a commercial buoyless/ropeless solutions for pot and trap fishing gear. The NEFSC Gear Research Team is looking to collaborate with commercial fishermen to evaluate new technologies intended to minimize the potential for marine mammal interactions in pot and trap fisheries. We are looking to purchase multiple types of system types that can be made available to fishermen with the understanding that certain technologies may be suited better for different environments and depths. It is anticipated that different technologies may be utilized to solve this problem such as inflation bags and acoustic releases holding a float and rope at the bottom.



NAICS 334511- This U.S. industry comprises establishments primarily engaged in manufacturing search, detection, navigation, guidance, aeronautical, and nautical systems and instruments.



Key capabilities:



A. SYSTEMS (Deck and Release)




  1. DECK SYSTEMS (controller, transducer, and interface (e.g., tablet):



The deck system shall be capable of triggering the underwater acoustic release system and should be capable of controlling and storing acoustic release codes, have gear location marking capability, and data storage of release locations with a time/date stamp and be powered by a 12v power supply or have a battery life of 72 hours run time. Each deck system shall have a touch interface through a supplied screen or a commercially available tablet. Either shall be provided by the awardee. Additionally, the deck system must include a transducer that is capable of communicating with and releasing the underwater acoustic release systems from the controller near the surface from 4 - 200fm in temperatures from 0-30C SST. Portable and boat mounted options are desirable.




  1. UNDERWATER ACOUSTIC RELEASE SYSTEMS:



The Underwater acoustic release systems are expected to be the first unit in a trawl (series) of pots/traps and will be tied to the remaining pots/traps within the fishing operation. These systems must include all ancillary equipment and software that will trigger the release of their system that will allow the fishermen to retrieve their gear.



These systems must have:




  1. Been previously tested in the commercial pot or trap fishery.

  2. Be capable of operating in waters ranging from 0-30C SST.

  3. When set and fishing, provide no vertical line in the water that could entangle a whale.

  4. Units must have a mechanism (e.g., acoustic release) to trigger the systems so the gear can be retrieved.

  5. Must be designed so the system can be reset and redeployed while at sea.

  6. Unit must be of a size suitable for use on commercial fishing vessels where deck space and time may be limited. Unit should be similar in size and construction to a commercial lobster trap.

  7. Units must be constructed of materials that will withstand constant submersion in salt water, weigh less than 250 lbs., and withstand a drop from 10 feet.

  8. SYSTEM MAINTENANCE:



The systems shall have a defined warranty period that covers routine maintenance, defective work, materials and equipment, and a cost for maintenance and repairs past the warranty period.



The Government is looking to purchase a minimum of one (1) unit and up to one-hundred (100) units from each vendor during any given year for a one year base period and up to four option years. Other option items the Government may request from the vendor(s) are:




  1. Through-hull transducers-permanently installed transducers

  2. Dash mounted/ chart plotter controller units

  3. Stand alone gear location marking technology





INFORMATION REQUESTED:



The Government is requesting that all capable vendors provide information regarding their capability.



NOAA may utilize the responses to this Sources Sought to conduct additional market research. Information obtained from this Sources Sought, and the subsequent communication with the vendors, if any, may be utilized to assist NOAA in developing a formal Request for Proposal (RFP) or Request for Quote (RFQ).



In addition to addressing technical capabilities, responses must include the following:




  • Point of contact, address of firm, and phone number

  • Size of business in relation to NAICS 334511 (e.g. small, small disadvantaged business, woman owned, etc.)

  • SAM.gov, Unique Entity Identifier (UEI) if applicable

  • Indicate whether your company is likely to submit an offer, should a solicitation arise from this market research.



SUBMITTAL REQUIREMENTS:



Please submit your response to the attention of the Contracting Specialist, Amanda Rossiter (amanda.rossiter@noaa.gov) no later than April 23, 2024 at 2:00 p.m. Pacific time. Each response shall be no more than 15 single-sided, single-spaced pages (excluding the cover page), and each page shall be separately numbered, and shall be in .pdf format.



(End of Document)


Attachments/Links
Contact Information View Changes
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

Related Document

Apr 9, 2024[Sources Sought (Updated)] Buoyless/Ropeless Systems

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 70--DL360 BASE SERVER Active Contract Opportunity Notice ID N0010424RDB66 Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 5/01/2024

Follow SOLE SOURCE NOTICE Active Contract Opportunity Notice ID N0018924QG077 Related Notice Department/Ind.

DEPT OF DEFENSE

Follow Input-Output Controllers (IOC) Active Contract Opportunity Notice ID N6449824Q5056 Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 5/23/2024

Jacket Number Rev. Office Name Quote Due Date (ET) Date Posted Product Type

U.S. Government Publishing Office

Bid Due: 5/01/2024