Notice of Intent to Award Sole Source - Sommer USH-9 Snow Depth Sensors
ID: FY24-FPAC-J079Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The USDA's Natural Resources Conservation Service (NRCS) intends to award a sole-source contract to Kisters North America/HyQuest Solutions for the supply of Sommer USH-9 Snow Depth Sensors.

    NRCS requires these sensors for hydro-meteorological data retrieval in extreme weather conditions, specifically for water supply forecasting and drought monitoring. The USH-9 sensors are the only ones on the market that meet the NRCS's specialized requirements for mission-critical operations.

    The scope of work involves supplying electronic components that adhere to NRCS Standards and Specifications. These sensors will be used in the SNOTEL network sites across high alpine terrains.

    Kisters North America/HyQuest Solutions is being awarded the contract due to the unique nature of their product, which has been identified as the only one suitable for NRCS's specific needs. The department intends to purchase several units of the Sommer USH-9 Snow Depth Sensors.

    This notice is not open for competitive bidding. However, if potential offerors believe they can provide a product that also meets the NRCS's specialized requirements, they are encouraged to contact the primary point of contact, David Hester, at david.hester@usda.gov, to discuss the possibility of future acquisitions.

    The USDA NRCS reserves the right to award the contract without further notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Notice of Intent to Sole Source - USDA-ITSD-NIFA; CuadraSTAR Software Maintenance Support and License Renewal
    Active
    Agriculture, Department Of
    Sources Sought Notification for CuadraSTAR Software Maintenance Support and License Renewal. The United States Department of Agriculture (USDA) is seeking information for the procurement of CuadraSTAR Software Maintenance Support and License Renewal. This software is used to support the National Institute of Food and Agriculture (NIFA). Interested vendors are invited to submit a response by 12:00pm ET on 22 December 2023. The response should include organization details, capability statement, and certification of Authorized Reseller status. No proprietary or sensitive information should be included in the response. The USDA reserves the right to use any nonproprietary technical information in any future solicitation(s).
    INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
    SNSR ASSY COMPLETE
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanical office, is soliciting bids for the procurement of a complete Salinity Sensor Assembly (SNSR ASSY COMPLETE). The contract requires the manufacture and design of the sensor assembly to meet specific technical requirements, including compliance with exclusion of mercury and adherence to detailed packaging and quality assurance standards. This procurement is critical for ensuring the operational readiness of naval systems that rely on precise measurements of electrical signals. Interested vendors should direct inquiries to Zackary Loudon at 717-605-7722 or via email at ZACKARY.LOUDON@NAVY.MIL, with pricing valid for 90 days post-quotation submission.
    2024-2025 snowplow rental
    Active
    Interior, Department Of The
    The Bureau of Reclamation's Grand Coulee Power Office is seeking to procure a rental snowplow/sander truck for winter operations from December 16, 2024, to April 15, 2025. The procurement will follow a lowest-priced, technically acceptable evaluation method, with specific requirements including a diesel engine of at least 400-hp, automatic transmission, and a minimum gross vehicle weight rating (GVWR) of 30,000 lbs, along with adherence to safety standards. This initiative is crucial for maintaining operational efficiency during winter months, ensuring that the Bureau can effectively manage snow and ice conditions. Interested vendors should contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details regarding the solicitation process.
    66--TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two units of a specialized motion transducer, identified by NSN 7R-6695-011101024-VH and part number 1221H4, from G M S International Corp, the sole source for this item. This procurement is critical as the transducer is essential for specific defense applications, and no alternative sources are available due to the lack of drawings or data necessary for production. Interested parties have 45 days from the notice to submit capability statements or proposals for consideration, with the anticipated award date set for November 2024. For further inquiries, contact Anna M. Kiessling at (215) 697-3752 or via email at anna.m.kiessling.civ@us.navy.mil.
    Notice of Intent (NOI) to Sole Source: Ultra-High Vacuum Translators
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to noncompetitively acquire ultra-high vacuum translators to establish a new scanning probe microscopy (SPM) laboratory in Gaithersburg, Maryland. The procurement requires specific mechanical units, including a Rack and Pinion Rotary Linear translator and a single-axis translator, which must be identical and interchangeable with existing equipment from Thermionics Northwest, Inc. This compatibility is crucial for maintaining vacuum integrity and operational continuity between the two laboratories, which are used for characterizing quantum materials at atomic resolution. Interested parties that believe they can meet the requirements are encouraged to respond by providing their capabilities and relevant information to Cielo Ibarra at cielo.ibarra@nist.gov, as no solicitation document will be issued for this opportunity.
    25--SENSOR LINEAR DETEC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of the Sensor Linear Detector (NSN 2590015599952). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of two. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation (BNC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of scintillation detectors. The requirement includes specific models, namely the Scionix R51102AR152/2M-Cn4 and Scionix 76BRS76/3M-CN-X4, which are critical for analytical laboratory applications. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, and while the intent is to negotiate solely with Berkeley Nucleonics, other responsible sources may submit quotations for consideration. Interested parties must direct their capability statements and inquiries to Contract Specialist Dane J Black via email by October 21, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    CLR045 - Replace Fire and Water Wells - BRAND NAME ITEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District in Alaska, is conducting market research for the replacement of fire and water wells at Fort Greely, Alaska, under the project CLR045. This opportunity involves the specification of a sole source item, the Vantera M210 Intelligent Parking Lot Controller, which is crucial for managing power supply to parking lot outlets based on temperature conditions. The selected vendor will need to provide detailed specifications and demonstrate how their product meets the required features, as this procurement is part of a larger Sustainment Restoration Modernization (SRM) project scheduled for fiscal year 2025. Interested vendors should submit their responses to Jason Linn at jason.linn@usace.army.mil by the specified deadline.
    16--ICE DETECTOR PROBE,
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of ICE Detector Probes. These components are critical for aircraft operations, ensuring safety and functionality in various conditions. The contract falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and the PSC code 1680, related to Miscellaneous Aircraft Accessories and Components. Interested vendors can reach out to Marisa Tetkowski at 215-697-2644 or via email at MARISA.TETKOWSKI@NAVY.MIL for further details. The procurement process includes specific quality requirements and compliance with various federal regulations, with proposals due by the specified deadline.