Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SOURCES SOUGHT

66 -- Aanderaa SeaGuard II Insruments

Notice Date
7/29/2025 12:49:30 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
PMEL-25-0074
 
Response Due
8/13/2025 9:00:00 AM
 
Archive Date
08/28/2025
 
Point of Contact
Benjamin Carlson, Phone: 2065264321, TAN, WEIMING
 
E-Mail Address
ben.carlson@noaa.gov, WEIMING.TAN@NOAA.GOV
(ben.carlson@noaa.gov, WEIMING.TAN@NOAA.GOV)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Notice Type: Sources Sought Synopsis Title: Aanderaa SeaGuard II Response Date: August 13, 2025 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), Pacific Marine Environmental Laboratory (PMEL), Ecossystems & Fisheries-Oceanography Coordinated Investigations (EcoFOCI) studies the physical oceanography of Alaskan waters. EcoFOCI requires SeaGuard II current meters to collect long-term measurements of ocean currents, temperature, and oxygen at key mooring sites in the Bering and Chukchi Seas to support ecosystem monitoring and fisheries management. These moorings support NOAA�s only sustained biophysical time series in the region, with core sites active for over 30 years. The SeaGuard II provides high-resolution measurements of ocean currents, dissolved oxygen, and pressure�key parameters for monitoring ecosystem change in Alaska�s marine environments. These data are critical for maintaining NOAA�s scientific and operational capabilities that support U.S. economic interests, including the management of commercially valuable fisheries and protection of maritime resources. This effort supports federal mandates under the Magnuson-Stevens Fishery Conservation and Management Act (16 U.S.C. �� 1801�1882), as well as initiatives to modernize infrastructure and streamline federal operations under Public Law No. 117-58 and Public Law No. 117-169. Investing in modern, cost-effective instrumentation like the SeaGuard II ensures the continuity and integrity of foundational datasets that directly support sustainable fisheries, reduce long-term maintenance and operational costs, and advance American leadership in ocean science. Failure to replace outdated instruments threatens NOAA�s ability to support the billion-dollar commercial fishing industry in the Bering Sea and U.S. Arctic�jeopardizing regional food security and the economic vitality of Alaska and the US. INTENDED USE/PURPOSE: The intended purpose is to use these instruments to measure current, temperature, pressure and oxygen concentration on moored buoy arrays in Alaskan water. These parameters will help EcoFOCI to better understand the marine ecosystems of Alaska. SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES: Quantity of two SeaGuard II instruments, complete with accessory instruments as described. Must include Battery Shells, Transit Cases, Mooring Frames, Protecting Rods, Battery Cartridges, pressure sensor, and oxygen sensor. Seaguard II System Diameter: 139mm Length: 356mm Depth rating: 300m Data Storage: SD card up to 4GB External supply voltage: 6-14v DC Continuous, fixed-depth measurements over long deployment periods The required included sensors (velocity, temperature, pressure, and dissolved oxygen) must be integrated within a single modular instrument housing. Able to accept CANbus, analog and RS232 sensors Current Meter For speed: Resolution: 0.1mm/s Range: 0-300 cm/s Accuracy: �0.15cm/s For Direction: Range: 0�360� magnetic Resolution: 0.01� Accuracy: �5� for 0-15� tilt or �7.5� for 15-35� tilt Optode (Oxygen Sensor) Range: 0-1000 ?M Resolution: < 0.1 ?M Accuracy: < 2 ?M Response time: <25 sec Drift: <0.5% per year Temperature range: -5 to +40 C Temperature resolution: 0.01 C Temperature accuracy: �0.03�C Temperature drift: <0.03 deg C per year Pressure sensor Resolution: .0001% Range: 0-4,000KPA Accuracy: �0.02% FSO standard Temperature range: 0 to +36 C Temperature resolution: 0.001 C Temperature accuracy: �0.05�C DELIVERY SCHEDULE: Deliver by December 31, 2025. (16 week vendor lead time) The North American Industry Classification Code (NAICS) is 334516 with a size standard of 1000 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/345881fe82de46008c4df091ec4e3ab2/view)
 
Place of Performance
Address: Seattle, WA 98115, USA
Zip Code: 98115
Country: USA
 
Record
SN07529108-F 20250731/250729230108 (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.