NOTICE OF INTENT TO SOLE SOURCE CAPACITANCE WAVE GAUGES FOR ERDC-CHL
ID: W912HZ25Q164KType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

INSPECTION GAGES AND PRECISION LAYOUT TOOLS (5220)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineering Research and Development Center – Coastal and Hydraulics Laboratory (ERDC-CHL), intends to award a sole source contract for the procurement of forty analogue output capacitance wave gauges. These specialized instruments are critical for laboratory operations, providing highly linear performance and sub-millimeter accuracy across a wide range of water levels and temperatures, which are essential for seamless integration with existing systems. The sole source supplier, Akamina Technologies, Inc., is uniquely qualified to fulfill this requirement due to the proprietary nature of their instrumentation system, which ensures compatibility and reliability. Interested parties may submit capability statements to Angela Holcomb at Angela.D.Holcomb@usace.army.mil, but this notice does not constitute a request for competitive quotations, and the government retains discretion over the procurement strategy.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
SOLE SOURCE – EVALUATION / REPAIR / CALIBRATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole source contractor for the evaluation, repair, and calibration of specific equipment manufactured by Keysight Technologies, Inc. This procurement includes the AGILENT PSG Analog Signal Generator, Digital Storage Oscilloscope, and HP Spectrum Analyzer, all of which must adhere to the original manufacturer's specifications due to proprietary constraints. The contract emphasizes the necessity of using the OEM for these services, as Keysight Technologies is the only source capable of providing the required expertise and technical data for calibration and repair. Interested vendors must submit their capability statements by April 30, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Mark Swartzentruber at mark.r.swartzentruber.civ@us.navy.mil.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
Hydroacoustical Data Collection and Analysis
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a sole-source contract to the Wood Hole Oceanographic Institute (WHOI) for hydroacoustical data collection and analysis services. The objective is to gather underwater acoustic sound pressure level data associated with various piledriving operations at WHOI's permitted test area in Woods Hole, Massachusetts, which is critical for advancing ongoing research as part of a larger study by the USACE North Atlantic Division. This unique opportunity arises from WHOI's exclusive access to the test site and its specialized expertise in hydroacoustical data processing, making it the only viable provider for these non-commercial services. Interested parties may submit capability statements to Kim D. Roberson at kim.d.roberson@usace.army.mil by 12:00 PM CDT on May 2, 2025, to express their interest, although this notice does not constitute a request for competitive quotations.
Dynamic Vapor Sorption Analyzer Equipment
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers' ERDC-CERL, is seeking to procure a Dynamic Vapor Sorption (DVS) Analyzer Equipment on a sole source basis from Surface Measurement Systems LTD North America (SMS). The required equipment must include a specimen pre-heater, a heated water reservoir for high humidity and temperature measurements, and software for instrument control and DVS analysis, along with a basic set of consumables and at least five independent micro-balances for simultaneous specimen measurement. This specialized analyzer is crucial for the ERDC-CERL research program, as it is the only model available that meets the specific technical requirements necessary for their studies. Interested parties who believe they can fulfill this requirement are encouraged to submit a capability statement to CERL-CT-Quotes@usace.army.mil by the specified deadline, although there is no guarantee that submissions will alter the Government's acquisition strategy.
INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
Buyer not available
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.
Sole Source - Linear Piezoelectric Transducer Array
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
66--ACCELEROMETER,ELECT, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure accelerometers for repair and modification purposes. The procurement involves a specific National Stock Number (NSN 7H-6680-015589501-X5) with a quantity of 10 kits, and it is noted that the government does not own the rights to the data necessary for alternative sourcing, making reverse engineering uneconomical. This equipment is critical for measuring liquid and gas flow, liquid levels, and mechanical motion, which are essential functions in various defense applications. Interested parties are encouraged to express their interest and capability to respond to this requirement within 45 days of the notice, with proposals being considered for a potential contract that will be negotiated with only one source. For further inquiries, Carly A. Gassert can be contacted at (717) 605-5693 or via email at carly.gassert@navy.mil.
SOLE SOURCE: R.M. Young Anemometers for NOAA/NWS/NDBC
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to procure fifty (50) RM Young Anemometers on a sole source basis for the National Weather Service (NWS) and National Data Buoy Center (NDBC) at Stennis Space Center, Mississippi. The procurement is justified under FAR 13.106-1(b)(1), as RM Young Company is the only known source capable of providing these proprietary anemometers, which are critical for accurate wind speed and direction measurements in remote buoy stations. Interested parties must demonstrate their capability to provide comparable products and respond to the primary contact, Nikki Radford, via email before the closing of this notice, as there is no solicitation available at this time. The NAICS code for this requirement is 334519, and all contractors must be registered with a valid Unique Entity Identification (UEI) number in the System for Award Management (SAM).
Notice of Intent to Sole Source for Biology Testing of Dredged Materials services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, New York District, intends to sole source additional Biology Testing of Dredged Materials services under Contract No. W912DS22D0002 to Aqua Survey, Inc. This procurement aims to modify the existing contract by increasing its capacity by $740,000 to accommodate an anticipated rise in sampling and testing projects over the next two years. The services include sediment and water collection, sample handling, processing, and various physical and biological analyses, which are critical for environmental assessments related to dredged materials. Interested parties may submit capability statements by 4:00 PM EST on May 12, 2025, to Mr. Mohenda Surage at Mohenda.R.Surage@usace.army.mil, as the total contract value is projected to reach $7,700,000.