Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOLICITATION NOTICE

66 -- Notice of Intent to Sole Source Silixa Equipment and Services

Notice Date
8/1/2024 7:14:26 AM
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E524Q0017
 
Response Due
5/16/2024 10:00:00 AM
 
Archive Date
05/31/2024
 
Point of Contact
Rhoda Lewis
 
E-Mail Address
rhoda.a.lewis@usace.army.mil
(rhoda.a.lewis@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) in Hanover, NH intends to award a contract on a sole source basis to Silixa LLC upon the basis of the authority provided at FAR 13.106-1(b)(1). ERDC-CRREL requires the procurement procure a Silixa brand distributed temperature sensing (DTS) system (XT-DTS M), an enclosure (XT enclosure), 1,500 m fiber optic cable (PS-2S4M-1PU060), supplies, and on-site services (splicing of fiber optic cable, connecting the fiber optic cable to the DTS, testing of the fiber optic cable to check that it is intact) at the Moose Creek Dam (MCD), North Pole, Alaska. Specifications:� The required equipment must be compatible with the existing equipment already installed and utilized at the MCD. CRREL requires the exact equipment to continue field experiments while maintaining integrity and consistency with prior data collected at the MCD. Some Key attributes of the new equipment include: Distributed Temperature Sensor (DTS): Stand-alone unit with on-board PC and user-friendly software interface with four optical channels Temperature resolution of 0.01?C Spatial sampling must be 25cm and a 65cm spatial resolution with a 10km maximum range Configurable to produce both single-ended and double-ended measurements with a minimum measurement time of one (1) second Operational in temperatures ranging from -40?C to +65?C XT-DTS Enclosure: Must have a thermal heat sink design that integrates with the XT-DTS chassis to ensure the full -40?C to +65?C operating range Must include an integrated XT-DTS temperature reference chamber for improved calibration IP66 rating is required for the chassis, built with stainless steel Must include an integrated I/O panel, matching XT-DTS connections Fiber Optic Cable: Must be a 1,500 m long 6 channel tactical fiber optic cable (2SM and 4mm fibers, polyurethane jacket 6 mm outer diameter) Components: Watertight direct bury splice box, E2000 fiber optic terminations, and field consumables Silixa LLC was identified as the only vendor capable of offering products meeting the requisite specifications and interoperability requirements with CRREL�s existing equipment. Silixa LLC is the sole manufacturer of the ruggedized distributed temperature sensor (XT-DTS) interrogator, the enclosure (XT enclosure), and fiber optic cable (PS-2S4M-1PU060) that will be purchased, As such, no other DTS units can be considered for this requirement. The Ruggedized XT DTS (10 km max variable range, 4 channels, with 25 cm sampling, operating temperature of ?40 to +65�C) manufactured and sold exclusively by Silixa LLC is the only DTS unit that meets the requirements needed for performing the fiber optic installation at MCD. As such, Silixa LLC is the sole source authorized to fulfill the Government�s requirement. The associated North American Industry Classification System (NAICS) code is 334515 � Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals which has a size standard of 750 Employees. This Notice of Intent is not a request for competitive quotations. However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CST, 16 May 2024 to Rhoda.A.Lewis@usace.army.mil. Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb7925a98e4f4e7395aad36be10dffff/view)
 
Place of Performance
Address: Fort Wainwright, AK, USA
Country: USA
 
Record
SN07153640-F 20240803/240801230156 (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 |
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.