SPECIAL NOTICE
66 -- Terrameter ERI - Guideline Geo Americas
- Notice Date
- 8/25/2022 12:09:07 PM
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 12FPC422Q0071
- Response Due
- 9/2/2022 11:00:00 AM
- Point of Contact
- Andrew Sawyer, Phone: 8134191779, Ms. Oriel Velez
- E-Mail Address
-
andrew.sawyer@usda.gov, oriel.velez@usda.gov
(andrew.sawyer@usda.gov, oriel.velez@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTICE OF INTENT TO SINGLE SOURCE/SYNOPSIS OF PROPOSED ACTION: THIS ANNOUNCEMENT CONSTITUTES THE ONLY NOTICE OF INTENT TO SINGLE SOURCE AND SYNOPSIS OF PROPOSED ACTION. The USDA Farm Production and Conservation (FPAC) Jackson, Mississippi office and Lexington, Kentucky office on behalf of the Natural Resource Conservation Service (NRCS) Geologic Services Unit (GSU), intends to award a single source purchase order under the authority of FAR 13.106-1(b)(1)(i) (Only one responsible source and no other supplies or services will satisfy agency requirements) for Electrical Resistivity Imaging (ERI) Equipment. An award will be issued to Guideline Geo Americas as a single source. This action will result in a firm fixed price purchase order. The system shall consist of the resistivity meter and the necessary cables, couplers, electrodes and jumpers, carrying reels/cases, and supporting software; advanced, streamlined, and rugged (terrain and weather tolerant). The resistivity meter must be an advanced unit with a full color display, not be dependent on external devices (i.e., computer, tablet, cell phone, or other) to set up the survey or to evaluate raw data at the meter. The system must include a four (4) cable system (not �smart� cable) with twelve (12) electrodes per cable at five (5) meter spacings, which allows for easier non-vehicular transport over long distances and rugged terrain, and continued function should a cable get damaged, or a shorter survey be required. Also required are ninety-six (96) steel electrodes and jumpers (a full set of 48 and replacements), allowing for a smooth transition (electrodes already set in place) for roll-along surveys. The software must support 2D and 3D inversion processing data collected and allow data collected from other NRCS software-compatible devices to be processed if the need arises. Further, the equipment must be able to be diagnosed remotely in the event of servicing needs and/or system upgrades and possess an IP rating that will allow for effective system use in rugged and weather-extreme environments with limited vehicle access. Minimum specifications are as follows: Built-in full color display; The ability to view raw data, pseudo section visible in color, on the meter without the immediate need for external devices, i.e., computer, tablet, cell phone, or other; IP 100% duty cycle measurement mode (produces a larger measurable signal allowing for better determination of the IP effect, and reduces IP measurement time); 3nV, 0.1% precision measurement specifications; 1D to 4D measurement capability; International Electrotechnical Commission (IEC) Ingress Protection (IP), IP66, ruggedness rating while connected to the cables and maintained during measurement (in-use rating demonstrated); Remote diagnostic capability while the instrument is connected to the internet; Scalable architecture to allow specification updates without returning the instrument to manufacturer; and, Option for an integral logging device for borehole resistivity logs. Built-in full waveform recording of output current, output voltage and input signals; Maximum output voltage of 600V / Maximum output current of 2500A 3 voltage ranges in the receiver, auto switching (better data in smaller signals); Transmitter injection as constant current (exceeds constant voltage; the level of current flowing determines the voltage in the ground (important for IP studies) � if fixed would allow for more accurate measurement); Galvanically isolated channels (reduces instrument noise, allowing full 24bit digitization of every channel while measuring at the best possible resolution); Built-in electrode selector; Built-in graphical user interface; Onboard Wi-Fi and 3G or better, connectivity at a minimum; Built-in GPS; Onboard micro-SD card reader for data storage; VNC remote control (any smart phone, tablet, or PC whether android, iOS, windows, or Linux); and, 4 cables set up as a standard. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, pricing, and other information that demonstrates their ability to meet the Governments needs no later than August 29, 2022 at 2PM. Detailed capabilities must be submitted to Andrew Sawyer at andrew.sawyer@usda.gov and Oriel Velez-Olivieri at oriel.velez@usda.gov. This synopsis is not considered a request for bid/quote/proposal. No solicitation document is available and telephone requests for technical information will not be honored. No contract will be awarded on a basis of offers received in response to this notice but offers will be used to determine if a comparable source is available and more advantageous to the Government. A determination by the Government not to compete this procurement is solely within the discretion of the Government. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/026f65d3a90c4ba0bb5832dd9ad019e8/view)
- Place of Performance
- Address: Lexington, KY 40503, USA
- Zip Code: 40503
- Country: USA
- Zip Code: 40503
- Record
- SN06440516-F 20220827/220825230123 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |