Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
STELLER SEA LION ARTIFICIAL INTELLIGENCE IMAGE PROCESSING AND COUNTING EFFORT
National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS) hereby gives public notice of the intent to negotiate a sole-source contract pursuant to the authority of Federal Acquisition Requirements (FAR) 6.302-1(a)(2) and 41 USC 3304(a)(1), as the services required by the agency are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. Therefore, the government has established authority to seek services from Kitware, Inc. (Kitware) in finalizing previously contracted (1305M319CNFFS0029) AI models developed by Kitware, DIVE desktop (graphical user interface) GUI, and model and scripts to support the AI models within the VIAME framework. Specific details on the Alaska Fisheries Science Center, Marine Mammal Laboratory, Alaska Ecosystems Program requirement, to provide further development services, can be found in the attached Performance Work Statement (PWS).
Responses to this notice must be provided within fifteen (15) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit in writing an affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include proof of historical knowledge of the platforms to sustain the continuity for further enhancement and a written narrative statement of capability for each task in the PWS, including detailed technical information demonstrating their ability to meet the requirement. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 3:30 P.M. Pacific Standard Time, August 1, 2025. The responses must be submitted via e-mail to Jamie Abu Shakrah, Contract Specialist, at Jamie.AbuShakrah@noaa.gov.