Oregon Bids > Bid Detail

PNW Song Meter Mini Recorders

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159195749180578
Posted Date: Aug 1, 2023
Due Date: Aug 11, 2023
Solicitation No: 1240BG23Q0037
Source: https://sam.gov/opp/9f6e078f97...
Follow
PNW Song Meter Mini Recorders
Active
Contract Opportunity
Notice ID
1240BG23Q0037
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
ROCKY MTN RESEARCH STATION
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Aug 01, 2023 06:36 am MDT
  • Original Response Date: Aug 11, 2023 11:00 am MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: T016 - PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Corvallis , OR 97331
    USA
Description

This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that the Rocky Mountain Research Station intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Wildlife Acoustics, Inc.





Song Meter Mini Recorder Specifications:





Recording format: 16-bit PCM .wav files



Channels: 1 built-in external microphone with the option of adding a second microphone with 80dBA Signal to noise ratio.



Sample Rates: Must support the following sample rates in samples per second on one or two channels: 8000, 12000, 16000, 22050, 24000, 24000, 32000, 44100, 48000, 96000.



Built-in omni-directional microphone that extends out from the body of the unit.



Sensitivity: -7.0 ±4 (0dB= fs/Pa@1kHz)



Must have a signal to noise ratio of 78dB Typ. At 1kHz (1 Pa, A weighted network)



Max input sound level: 101 dB SPL Typ.



Must have two power options: 4 Alkaline or rechargeable NiMH batteries or the optional lithium lid that can accommodate 2, 4, 6 18650 rechargeable lithium-ion batteries.



Must have battery life capabilities up to 1040 hours.



Must take 1 SDHC/SDXC flash card (Class 4 or greater)



Must support up to 1TB SDX card.



Dimensions must be: 4.9” x 6.6” x 1.4.”



Must weigh .64lb with batteries.



Must have a polycarbonate body with integrated humidity controls and not require the use of desiccant packs.



Must be able to operate from -4°F to +185°F.



Must be able to set the recording to start at sunrise and sunset for each day and to accommodate the change in sunrise and sunset times.



Must be able to connect to the unit via Bluetooth to set up with ease while in the field.



Must open and close easily without the use of tools.





The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. 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. Date posted to SAM.gov: August 1, 2023. Date posting will close: August 11, 2023. The North American Industry Classification System (NAICS) code is 334310. The Size Standard is 750. The desired delivery date for the described meters is anticipated to be September 15, 2023. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Quote (RFQ) or Request for Proposal (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience for this product shall submit information in writing to Anthony Salas electronically to: anthony.salas@usda.gov. Responses must be received no later than August 11, 2023, 11:00 am MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and UEI#. This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.


Attachments/Links
Contact Information
Contracting Office Address
  • 240 W PROSPECT STREET
  • FORT COLLINS , CO 80526
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 01, 2023 06:36 am MDTSpecial Notice (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 >