Federal Bid

Last Updated on 11 Jul 2024 at 2 PM
Sources Sought
Seattle Washington

Pro-Oceanus Mini CO2 Submersible pCO2 Sensor

Solicitation ID 145025240072SM
Posted Date 11 Jul 2024 at 2 PM
Archive Date 07 Aug 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Seattle Washington United states 98115

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.

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Jul 2010 at 6 PM
Location Unknown 15 Jun 2010 at 3 PM
Atlantic Pennsylvania 13 Aug 2014 at 6 PM
Seattle Washington 28 Jun 2010 at 8 PM

Similar Opportunities

Colorado 18 Jul 2025 at 4 AM (estimated)
Colorado 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Michigan 17 Jul 2025 at 4 AM (estimated)