Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2025 SAM #8669
SOLICITATION NOTICE

66 -- Remote Weather Observation Station

Notice Date
8/19/2025 10:00:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
 
ZIP Code
37204-1502
 
Solicitation Number
W912L725Q1802
 
Response Due
8/22/2025 8:00:00 AM
 
Archive Date
09/06/2025
 
Point of Contact
John Patrone, Phone: 6152553739, Teresa BAXTER, Phone: 6153132658
 
E-Mail Address
john.t.patrone.civ@army.mil, teresa.a.baxter.civ@army.mil
(john.t.patrone.civ@army.mil, teresa.a.baxter.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Tennessee Army National Guard (TNARNG) Purchasing and Contracting office for United States Property and Fiscal Office (USPFO) TN located at 3041 Sidco Drive, Nashville TN 37204 is issuing a Request for Quote (RFQ) for a commercial, single award contract. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this requirement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard in number of employees of 1,350. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 with an effective date 08/07/2025. This solicitation is set-aside in totality to Small Business Entities IAW FAR 19.502 . The Government intends to award one Firm Fixed Price contract. Requirement Summary The Tennessee Army National Guard�s J7 Domestic Operations (DOMS), located in Nashville, TN, requires one (1) standalone, ruggedized Remote Weather Observation System (RWOS) with integrated ceilometer functionality. Must operate independently without infrastructure, transmit data via satellite and LTE, and provide real-time meteorological data including visibility, wind, cloud height, and precipitation. Intended for remote deployment with minimal environmental impact. This requirement involves the supply and delivery of RWOS. Item descriptions, quantities and units of measure are provided in Table 1: Line Items of this combined synopsis/solicitation. Please also see all the corresponding attachments for additional details regarding the requirement. Requirement: Supply Free On Board (FOB): Destination After Receipt of Order (ARO): 30 Calendar Days or less from Date of Award Preferred Shipping Information Tennessee Army National Guard ATTN: Trint Callison 3041 Sidco Dr Nashville, TN 37204 Email: trinity.r.callison.mil@army.mil Note: The Government cannot accept deliveries on Mondays Applicable Clauses The following clauses are applicable to this acquisition: - FAR 52.212-1 Instructions to Offerors-Commercial Items - FAR 52-212-2 Evaluation Commercial Items - FAR 52-212-3 Online Reps and Certifications - FAR 52.212-4 Contract Terms and Conditions-Commercial Items - FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items Instructions The provision at FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation. Offers are due to this office no later than 10:00 AM Central Standard Time on [DATE]. Questions are due to this office no later than 10:00 AM Central Standard Time on [DATE]. Submit offers and questions via email to the point of contact referencing this solicitation, John T. Patrone at john.t.patrone.mil@army.mil. POTENTIAL OFFERORS MUST INCLUDE THE SOLICITATION ID, W912L725Q1802, IN THE SUBJECT LINE OF ALL ELECTRONIC COMMUNICATIONS. Please refer to Evaluation Factors for more information regarding evaluation of offers. When submitting a quote, the vendor must include with their quote the following information: - A completed copy, or a screen shot of completed Reps and Certs from SAM.gov, of the provision at 52.212-3, Offeror Representations and Certifications -Commercial Products and Commercial Services must be included - Unique Entity Identifier - CAGE Code Number - Delivery Schedule must be included - Descriptive literature, or clear reference to furnished descriptive data, containing the following: - item brand name/s - item part and/or model numbers - country/place of manufacture - item photos for reference - warranty information (reference 52.246-17 included below) and any other pertinent information - Vendor point of contact information Quotes must be itemized to coincide with the table provided below. Line Item Quantity Unit Description / Salient Characteristics 0001 One (1) Each RWOS Unit 0002 One (1) Each Device Warranty 0003 One (1) Each Device Subscription / Service / Maintenance Fees Salient Characteristics for Remote Weather Observation Station Package - Aerospace Standard (AS) 9100 & 9110 compliant - International Organization for Standardization (ISO) 9001 compliant - Operating Temperature range: 140oF to -40oF - Nickel-Cadmium batteries and/or crystalline solar cells - Integrated two-way iridium satellite transmitter and receiver - LTE-M cellular capable - FCC part 15 complaint - MIL-STD-461F complaint - MIL-STD-810G complaint - 360� imaging camera with 320 x 240 resolution - Angular tilt range: 90� to -90� - 12-month warranty minimum - Must come in brown, coyote, sage green, or similar colors to blend into the surrounding environment in accordance with National Parks guidance - Standalone ruggedized device - Must be an all-in-one sensor with ceilometer - Must not require any installation or any modification to the surrounding environment to reduce impact to National Park environment - Must be self-stabilizing and not require construction or any platform to support the device - Must be capable of being mounted on a tripod to allow for rapid redeployment to another location - Must be capable of being rapidly relocated to another location to allow for ease of mobility in the event of a natural disaster to support the establishment of temporary landing zones - Must not require assembly to allow for immediate deployment (ready out of box) - Must not require any specialized operator training to allow for immediate use - Must report at a minimum: air temperature, relative humidity, barometric pressure, wind speed, peak wind speed, wind direction, peak wind direction, GPS latitude, GPS longitude, GPA elevation, precipitation type, precipitation amount, lightning frequency, lightning distance, compass orientation, angular tilt, visibility, debris accumulation, cloud height (ceilometer) - Must be able to produce the following: wind chill, heat index, dew point, altimeter setting, pressure altitude, density altitude Evaluation Factors The provision at FAR 52.212-2 Evaluation-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation. 52.212-2 Evaluation�Commercial Products and Commercial Services (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical � To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) offers must meet or exceed the salient characteristics specified in this solicitation. (2) Vendor must clearly identify the item by: Brand Name, if any; and Part number or model number; country or place of manufacture; include descriptive literature or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer. Include also pictures for reference. (3) Must be active in SAM; (4) delivery schedule; (5) warranty information (reference 52.246-17 included below). (ii) Price- All charges must be inclusive including shipping freight if any. (iii) Past Performance. Within 3 years Past performances. The Government will use FAPIIS/CPARS for Past Performance evaluation(s). No Past Performance will be judged as neutral. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. (Not Applicable) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) *** NOTE ***: Please see attached solicitation document in order to view the solicitation in its entirety to include all applicable clauses and provisions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/312f743310944253b3faa5a855968c11/view)
 
Place of Performance
Address: Nashville, TN 37204, USA
Zip Code: 37204
Country: USA
 
Record
SN07557576-F 20250821/250819230052 (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.