SOURCES SOUGHT
H -- Blanket Purchase Agreement Hydrologic Services
- Notice Date
- 4/6/2016
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-16-X-0021
- Archive Date
- 5/7/2016
- Point of Contact
- Kimberly Pumyea, Phone: 9783188720
- E-Mail Address
-
kimberly.b.pumyea@usace.army.mil
(kimberly.b.pumyea@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, New England District (NAE) is issuing a Sources Sought Announcement (SSA) for manufacturers/suppliers of Data Collection Platforms/ Data Collection & Transmission Equipment (DCP's) used for hydrologic and dam safety remote sensing and monitoring to determine the interest, availability, and capability of Service-Disabled Veteran-Owned, 8(a), Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 334515. The estimated contract cost is between $500,000 and $1,000,000. The contract is planned to be issued on or about 1 May 2016 and the contract performance period is 5 years. NAE has over 375 DCP stations in use in its Reservoir Regulation & Dam Safety Sections. Two-thirds of all DCP's are currently Sutron Corporation equipment, and are only half-way through their usable life-cycles. Therefore, manufacturers/suppliers interested in providing New DCP's shall also be capable of providing repair services & firmware/bug support to Existing Sutron DCP's. New DCP' equipment shall be capable of communicating with Sutron's complete DCP product line. New equipment shall communicate with Generation 1 & 2 Sutron Xpert Data Loggers, Generation 1 & 2 Xlite Data Logger's, and Generation 1 & 2 Satlink GOES Radio Transmitters using protocols in use by said equipment, namely SSP. New DCP manufacturers/suppliers will have to demonstrate full compatibility with the existing equipment currently in service both in writing and through reproducible benchmark testing across all product lines. New DCP's shall have a minimum 16 bit A/D converters, 8 digital and analog inputs, or connecting components to plug in expansion modules to achieve up to 32 sensors in increments of 6, or 8 per expansion board. Units shall also have SDI sensor support, allow for RS-232 and 485 connectivity, and have means to be connected via radio, analog telephone modem, and built-in Ethernet port. Units shall also have USB and SD card storage options. New equipment shall be able to run existing BASIC code without said code having to be re-written. New DCP's shall also be able to measure vibrating-wire sensors for dam safety performance monitoring using a vibrating wire interface, such as the Campbell Scientific AVW200. Repair services for existing DCP equipment, estimated to be up to 25% of contract volume shall be provided by same vendor providing new DCP's. Repair services shall consist of electronic circuitry/soldering/physical repairs to existing Sutron Xpert, Xpert2, 9210, 9210-B, SATLINK1, SATLINK2 units and existing Sutron accubar, radar, and bubble-gage sensors. Repairs services shall be competitive with existing rates, and shall not exceed 50% of the cost of a new DCP. Repair services also consist of software and firmware support to the product lines noted above. Firmware support consists of complimentary troubleshooting and repair of problems/bugs found during installation and configuration of Sutron DCP's in the field with existing and new sensor technologies currently on the market. Interested firms should submit a capabilities package to include the following: business classification, qualifications and experience in the work requirements stated above; and provide 5 project examples using this type of equipment and software that have been performed over the last seven years. Responses are due April 22, 2016 by 3pm. Responses should be emailed to ATTN: Ms. Kimberly Pumyea. kimberly.b.pumyea@usace.army.mil. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-16-X-0021/listing.html)
- Place of Performance
- Address: 696 Virginia Rd, Concord, Massachusetts, 01742, United States
- Zip Code: 01742
- Zip Code: 01742
- Record
- SN04075904-W 20160408/160406235133-164b28069949d8683b52c70444c0d7b2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |