Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOLICITATION NOTICE

66 -- NOTICE OF INTENT TO SOLE SOURCE - CUSTOMIZED CAMPBELL SCIENTIFIC DATALOGGERS

Notice Date
11/14/2024 11:45:37 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
W913E525N4510
 
Response Due
11/21/2024 10:00:00 AM
 
Archive Date
12/06/2024
 
Point of Contact
Tomeka McNeely
 
E-Mail Address
Tomeka.J.McNeely@usace.army.mil
(Tomeka.J.McNeely@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) intends to award a contract on a sole source basis to Campbell Scientific Inc. upon the basis of the authority provided at FAR 13.106-1(b). ERDC-CRREL in Fairbanks, Alaska requires a vendor to custom-configure twenty-five (25) Campbell Scientific CR6 Vibrating Wire Interface Dataloggers with �Iridium Transmission� configuration. The customized dataloggers are necessary for deployment in harsh weather conditions on remote Artic Sea ice and must satisfy a number of constraints in terms of size, operability, and compatibility. Requirement: The system must be field capable and shall fulfill the following specifications: 1. The 25 customized Campbell CR6 vibrating wire interface dataloggers (#28384) (hereafter referred to as the �dataloggers�) shall be custom preprogrammed by Campbell to be wired to Geokon 4351 biaxial vibrating wire stress gauges. CRREL will attach the Geokon 4351 biaxial vibrating wire stress gauges after receiving the 25 dataloggers from Campbell (the Geokon sensors are too fragile to ship and are not necessary to have on-hand for this customization). The dataloggers shall be programmed for once per minute observation of three independent vibrating wires and one temperature gage. 2. The customized dataloggers shall include, wired and programmed, an NAL 9602-A modem for communication of data by SBD mode once per 15 minutes. The modems will be provided (by Campbell) in a waterproof enclosure and will be powered by a battery and solar panel for operation (also provided by Campbell). DoD Iridium SIM card registration will be provided by CRREL to Campbell. 3. The customized dataloggers must be capable of being used in harsh, extremely cold field conditions (down to -50 degrees C), must operate autonomously, and be capable of operating on internal power and solar power, as configured from the vendor for at least 4 months in the harsh sea ice environment (assume deployment in Late February), barring damage by ice deformation or bears. 4. The systems shall be field capable, Cold Climate Capable, completely assembled except for wiring the Geokon 4351. Geokon 4351 sensors will be wired by CRREL into vendor-provided screw-clamp interface through a vendor-provided waterproof cable gland. The customized datalogger packages should be able to operate in the following conditions: a. Operating temperature: -50 to 10 �C b. Humidity: 100% and splash proof. 5. Each system shall be tested for at least 24 hours of successful transmissions prior to delivery. 6. Sensor package on the standard configuration dataloggers should specifically be able to: a) Read 3 vibrating wire channels from the Geokon 4351 biaxial stress gage and store frequency data once per minute for transmission once per 15 minutes. b) Read 1 thermistor from the 4351-stress gage and store/transmit temperature in Celsius for transmission once per 15 minutes c) Read and transmit GPS position once per 15 minutes. d) Be programmed to collate data from 15 minutes of observation into a short burst message that identifies the station, position, datetime, and all data. e) Transmit data via Iridium service. 7. Size/Weight � the system shall be capable of being �person portable� in remote field areas and conform to shipping size and weight standards to air freight to remote locations. � Specifically, the system shall be delivered housed in a deployment ready water-resistant enclosure no more than 20�x10�x10� and weigh less than 20 kg, including all components housed internally except the solar panel which shall be affixed to the outside. Campbell Scientific is the only source reasonably available to provide the aforementioned customized dataloggers that offer the features and configuration necessary to meet all factors relevant to CRREL�s requirement. Specifically, the customized dataloggers must maintain continuity in measurements and data collections with CRREL�s existing Campbell Scientific equipment. The requested equipment is vital in providing standardized measurements and its controlling factors in on-going CRREL research projects. To carry out these tasks effectively, the requested customized equipment must satisfy a number of constraints in terms of size, operability, and compatibility. The aforementioned items are vital for a continuation of research projects that require the ability to maintain integrity and consistency with the data collected previously. There are many �Authorized Campbell Distributors� of Campbell Scientific�s �off the shelf� products, however the custom-configurations and programming of the devices required by this action are not authorized by resellers. 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, 21 November 2024 to Tomeka.J.McNeely@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/c6bbf66e34f645d9ba9c8744c49dffa2/view)
 
Place of Performance
Address: Fort Wainwright, AK 99703, USA
Zip Code: 99703
Country: USA
 
Record
SN07265682-F 20241116/241114230115 (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.