JIGGING MACHINES

Agency: COMMERCE, DEPARTMENT OF
State: Rhode Island
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159094548314008
Posted Date: Jul 27, 2023
Due Date: Aug 8, 2023
Solicitation No: NFFM7920-23-02675MCW
Source: Members Only
Follow
JIGGING MACHINES
Active
Contract Opportunity
Notice ID
NFFM7920-23-02675MCW
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jul 27, 2023 03:27 pm MDT
  • Original Response Date: Aug 08, 2023 02:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2060 - COMMERCIAL FISHING EQUIPMENT
  • NAICS Code:
    • 339920 - Sporting and Athletic Goods Manufacturing
  • Place of Performance:
    RI
    USA
Description

Solicitation Number: NFFM7920-23-02675MCW



Notice Type: Sources Sought Synopsis



Title: Jigging Machines



Response Date: 08/08/2023



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), and the NEFSC Fishery Monitoring & Research Division is developing a hook and line survey to ensure continuity of survey data from areas within and surrounding offshore wind energy development. The survey will be conducted aboard fishing vessels, which will be rigged with standardized survey gear, including jig machines. Offshore wind energy development is rapidly advancing in the Northeast region, with over 22 million acres of ocean space planned or leased. Areas developed for offshore wind farms will be difficult or impossible to access using traditional mobile-gear surveys; thus, there is a critical need for novel survey techniques that can provide data on the distribution, abundance, biomass length compositions, and biological samples for federally managed species and their habitats. Hook and line surveys conducted aboard recreational fishing vessels have been used successfully in other regions to inform stock assessments and assess the impacts of ocean planning efforts (Harms et al. 2008). Hook and line gear can be safely deployed in any habitat type and alongside offshore wind turbines, can be used to collect biological samples and deploy tags on different fish species, and can provide opportunities for additional monitoring efforts (oceanographic, habitat, eDNA).



INTENDED USE/PURPOSE:



These jig machines will be used to deploy hook and line gear in a standardized and consistent manner from multiple vessels with different deck layouts and electrical supplies. We require a system to consistently deploy, retrieve, and fish the gear in a standardized way. Standardized gear performance is paramount for generating usable data that is comparable across space, time, habitats, and species. Inconsistent gear performance can add significant uncertainty to the data, decreasing its value and applicability for assessing population trends. The operation of the equipment needs to be done consistent with local fishing practices to make sure it is done appropriately for the regional fishery complex. This product needs to allow for highly specific individualized settings to allow us to set units up to target multiple different species simultaneously. High programmability will allow us to set fishing protocols that are consistent among vessels and staff, and we will be able to incorporate the perspectives of the local fishing industry in our protocols in a standardized manner. The machines will be set with different parameters to enable the targeting of different species complexes to represent the broad species composition in the region. The product should allow for computer programming and communication among devices, which will facilitate consistent protocols among users and between the multiple units. Standardized programming will reduce human error in setting parameters differently among locations and units. We need a 12 volt version that is easy to connect to a power supply, as 12 volt is more widely available on the vessel platforms. It needs to have a relatively low power demand as the electrical supply varies widely among vessels. The jigging machine needs to have sufficient power to capture and retrieve larger fish, as some models are designed for small squid and mackerel fisheries and are not as suitable for larger fish. The unit must be waterproof. We need to deploy this equipment on multiple vessels, so a flexible, lightweight, and easy to mount unit is necessary. We will need to be able to mount the units and then redeploy them to different vessels in a short period of time. Finally, using a jig machine model that is currently used in the region will enhance our ability to operate and troubleshoot the gear, which will be essential for surveying the species complex in our region.



SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES:




  • Allows programming/standardization of deployment and retrieval rates and timing, jigging depth, jigging duration, jigging frequency, and jig weight.




  • Allows programming/standardization through a computer and communication among jig units

  • Has programming to support a wide variety of jigging options that can be set by the user

  • Has a sensitivity setting for retrieval (fish indicator) that can be adjustable by the user

  • Has a 12 volt power option with a low electrical demand

  • Has sufficient power and durability capable of catching larger (>20 kg) fish species

  • Has mounting and gear deployment options that are light weight and easily movable

  • Is waterproof and durable for on deck conditions at sea

  • Comes with an arm and pulley for line deployment, and a stopper mechanism.



DELIVERY SCHEDULE: Deliver by September 30, 2023



The North American Industry Classification Code (NAICS) is 339920 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
Secondary Point of Contact


History
  • Jul 27, 2023 03:27 pm MDTSources Sought (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 >