ClearWater Sensors Phosphate Sensors
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
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jul 16, 2024 02:28 pm MDT
- Original Response Date: Jul 26, 2024 12:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 10, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6660 - METEOROLOGICAL INSTRUMENTS AND APPARATUS
- NAICS Code:
- 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Place of Performance: USA
Description
Notice Number: 145025240083SM
Notice Type: Sources Sought Synopsis
Title: ClearWater Sensors Phosphate Sensors
Response Date: 07/26/2024
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) a multidisciplinary environmental research laboratory that provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. By measuring active Phosphorus in the water, the GLERL will be able to refine in their HABs prediction model. Additional ClearWater Sensors phosphate sensors are needed to integrate into the existing system.
INTENDED USE/PURPOSE:
The ClearWater Sensors phosphate sensor is a miniaturized microfluidic phosphate sensor that performs lab-grade measurements in all liquid water environments. The wet-chemistry based sensor will calculate an output in either uM or mg/L of phosphorus from In-Situ samples. It provides on-board reagent cartridges for long term in-situ deployments. 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:
Instrument must be compact. Size cannot exceed 56 cm height and 16 cm width
It must weigh less than 6.8 kg in air with reagents on board for our mooring purposes
It must work on an LED wavelength of 870 nm
It must draw no more than 1.8W at max capacity
It must have either RS233/RS485 communications output
It must have a detection limit of Less than or equal to .02 uM
It must have a range of zero to 100 uM
It must be able to internally record at least 1GB of memory
It must have a sample rate of at least a sample/6 minutes
Reagents must be enclosed in plastic cartridges.
It must be able to record 1000 samples at a minimum
Software and communications cables must be provided by vendor
Must have a depth rating of 6000m
Must operate within a temperature range of 0-35 deg C
Waste must be stored in on-board canister
Must have a deployment cable (open tail) 5 meters in length
DELIVERY SCHEDULE:
Deliver by 10/01/2024.
The North American Industry Classification Code (NAICS) is 334513 with a size standard of 750 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.
Attachments/Links
Contact Information
Contracting Office Address
- WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
- SEATTLE , WA 98115
- USA
Primary Point of Contact
- MAS, STEPHANIE
- STEPHANIE.MAS@NOAA.GOV
- Phone Number 3035786768
Secondary Point of Contact
History
- Aug 10, 2024 09:55 pm MDTSources Sought (Original)