Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2016 FBO #5250
SOURCES SOUGHT

H -- Blanket Purchase Agreement Geotechical Instrumentation 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-0020
 
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 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 Dam Safety Sections. One third of all DCP's are currently using Campbell Scientific equipment and Multilogger Suite 2015 software. This equipment is only half-way through its usable life-cycle. Therefore, manufacturers/suppliers interested in providing New DCP's shall also be capable of providing repair services, firmware/bug support to Campbell DCP's & Multilogger software along with custom programming as noted below. New DCP' equipment shall be capable of communicating with Campbell's product line using PACKBUS, and other protocols used by Campbell equipment. 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 product lines. Software is a significant backbone of any data collection and dissemination system. NAE uses Multilogger suite 2015 software extensively, its database, and plotting capabilities for one piece of software controlling all programming, retrieval, storage, and display/dissemination/web portal using ML Web. Therefore, manufacturers/suppliers interested in providing equipment and services shall have to have capability and specified experience with Multilogger Sutie, and all its components. 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 CR800, CR1000, AVW200, AVW206, RF401 & RF401(a) radios, and Canary & Campbell Scientific Multiplexers. Successful vender shall also provide vibrating wire sensors and coordinate repairs with their manufacturer at Tier 1 Customer Pricing. 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 DCP's in the field with existing and new sensor technologies currently on the market. Software support consists of supporting NAE existing data collection software and database system, based on Multilogger/Multilogger DB/ML Web software as noted above. Software services will be estimated to be up to 25% of the contract for programming and custom solutions depending on support to NAE and other Corps Districts that NAE supports with its personnel and field services. 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-0020/listing.html)
 
Place of Performance
Address: 696 Virginia Rd, Concord, Massachusetts, 01742, United States
Zip Code: 01742
 
Record
SN04075919-W 20160408/160406235139-fd97c7eda9c265151057f27a6750fbbd (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.