Notice Number: 145025240072SM
Notice Type: Sources Sought Synopsis
Title: Pro-Oceanus Mini CO2 Submersible pCO2 Sensor
Response Date: July 22, 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, as well as 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) is a multidisciplinary environmental research laboratory that provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. The GLERL uses sensors to collect and monitor the CO2 and acidification levels of the Great Lakes and provide data for HAB analysis. As atmospheric CO2 increases, the availability of dissolved inorganic carbon (DIC) is shifting within aquatic systems causing the pH to drop. Due to the multi-faceted nature of the DIC system, the GLERL requires a submersible pCO2 sensor like the Pro-Oceanus Mini CO2 in order to document the impacts or potential shifts in phytoplankton species composition and abundance.
INTENDED USE/PURPOSE:
The Mini CO2 instrument uses infrared detection to measure the partial pressure of CO2 gas dissolved in liquids with a range from 0-1000 ppm up to 0-100%. The instruments are compact, lightweight, plug and play sensors; and measure total dissolved gas pressure (TDGP). The housing is rated to 6000 dbar of hydrostatic pressure, and is resistant to most corrosive liquids. 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:
Sensor Performance:
CO2 Measurement Ranges: 0-2000 ppm CO2, by volume; 0-5000 ppm; 0-1% (10,000 ppm); 0-100%
Total Dissolved Gas Pressure: 0-2 bar
Accuracy:
pCO2: ± 2% of max range
TDGP: ± 1%
Equilibration rate (t63): 3 minutes
Resolution: 0.1% of max range
Physical Specifications:
Length: 28 cm (11 in)
Diameter: 5.3 cm (2.1 in)
Weight - Air: 0.53 kg (1.2 lbs)
Weight - Water: -0.06 kg (-0.1 lbs)
Housing Material: Acetal Plastic / Titanium
Depth Rating: 0 - 600 m (Plastic); Up to 6000 m (Titanium)
Water Temperature: 0º to 40º C
Electrical:
Input voltage: digital: 7 - 24 VDC; analog: 12 - 24 VDC
Power consumption: 85 mW (7 mA @ 12 V)
Data output: digital: RS-232, ASCII CSV; analog: 0-5 V or 4-20mA
Sample rate: 2 seconds (variable rate with logger/controller)
Optional Accessories:
Titanium housings: Rated up to 6000 m depth
Internal battery power
External battery pack: 19, 76 or 134 Amp-hour capacity
Water-pumped head: Reduce biofouling and improve response rate
Mooring cage or frame with instrument brackets
Pigtail Cables with Locking Sleeves: 5, 10, 25, 50 meters, or longer
Applications:
Aquaculture monitoring of dissolved CO2 for fish and shellfish health
Coastal zone CO2 fluxes
Algae to fuel bioreactor feedback control
Groundwater and well water monitoring
Carbon budget studies for lakes and rivers
Carbon capture storage monitoring of aquifer and surface water levels of pCO2
Wastewater greenhouse gas emissions
Ocean glider and profiler missions
DELIVERY SCHEDULE:
Deliver by 60 days after date of award.
The North American Industry Classification Code (NAICS) is 334519 with a size standard of 600 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.