Salinity Intrusion Physical Model Supplies
ID: W912HZ26QA001Type: Solicitation
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking small business firms to provide Salinity Intrusion Physical Model Supplies as part of a critical procurement effort. The supplies are essential for constructing a physical model that will aid in understanding and mitigating the salt wedge migration in the Lower Mississippi River, which poses a significant threat to New Orleans' water supply during low water events. This solicitation includes a detailed list of required items, including various hardware and specialized components, with a strict delivery timeline of 30 days after contract award. Interested vendors must submit their quotes by October 29, 2025, and can direct inquiries to Rhoda Lewis at rhoda.a.lewis@usace.army.mil or CHL-CT-QUOTES@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Brand Name Justification for the Engineer Research and Development Center – Coastal and Hydraulics Laboratory (ERDC – CHL) to procure Salinity Intrusion Model Supplies. The procurement, estimated to be under the simplified acquisition threshold, is justified under FAR 13.106-1(b)(1)(ii) due to specific brand-name items being essential for compatibility with existing materials, watertight requirements, or interchangeability with current systems. Key items include Plaskolite Cell cast acrylic, Ameristar urethane products, Weld-On acrylic adhesive, Flexim FLUXUS F601 flow meters, and various AMD and ASUS computer components. The justification emphasizes the necessity of these unique specifications for the government's mission, noting that while brand-name, these items are commercially available. Market research confirmed the unique characteristics required. The contracting officer has determined the anticipated cost to be fair and reasonable, approving the justification subject to fund availability.
    The Engineer Research and Development Center – Coastal and Hydraulics Laboratory (ERDC – CHL) is seeking to procure brand-name salinity intrusion model supplies. This new requirement, estimated for a firm-fixed-price contract with a 30-day delivery period, is justified under FAR 13.106-1(b)(1)(ii) for single-source brand-name items. Specific brand-name products, including Ameristar urethane products, a Flexim FLUXUS F601 flow meter, and various computer components (AMD Ryzen Threadripper, ASUS TUF Gaming GeForce RTX, WS DDR5 ECC RDIMM, WD Red Pro NAS Hard Drive, SLIGER CX4170a, 836SA-M1, Crucial P510 SSD, Noctua NF-A12x25 PWM), are required due to compatibility with existing systems, watertight requirements for patented model construction, and data interchangeability in harsh environments. The justification and solicitation will be provided to increase competition, and market research indicates these unique specifications are essential for the government's mission. The procurement is classified under NAICS 332510 (Hardware Manufacturing) and is determined to be for commercial items, with the contracting officer certifying a fair and reasonable price.
    This government file outlines a comprehensive Contract Line Item Number (CLIN) Pricing Schedule for various supplies, categorized as either "Brand Name or Equal" or "Brand Name Only." The schedule details a wide array of items, including acrylic panels, T-slotted framing components, steel shore jacks, urethane products, painting supplies (rollers, brushes, extension poles), shop vacuums, heavy-duty hoses, leveling rods, sealants, adhesives, concrete anchors, spray paints, chalk reels, anchor bolts, a portable liquid flow meter, extension cords, power strips, a hose spray nozzle, gaming monitors, docking stations, keyboards and mice, external hard drives, submersible utility pumps, rubber water hoses, adhesive sealants, waterproof sealants, tilt drum fans, line lights, light controls, construction screws, plywood, machine vision filters, stainless steel screws, hex nuts, lock nuts, flat washers, and specialized computer components (processor, graphics card, memory kit, NAS hard drive, PC case, server chassis, NVMe SSD, and cooling fans). All items, including shipping costs, must meet the specifications detailed in the "Description of Requirement attachment." A consistent delivery requirement of "30 Days After Award" is stipulated for all items. The document emphasizes that items 1, 8, 9, 21, 28, and 53-60 are "Brand Name Only," while others allow for equivalents.
    The Engineer Research and Development Center (ERDC) Coastal and Hydraulics Laboratory (CHL) in Vicksburg, MS, is seeking supplies for a critical Salinity Intrusion Physical Model. This model supports research to understand and mitigate the salt wedge migration in the Lower Mississippi River, which poses a catastrophic threat to New Orleans' water supply during low water events. The request specifies a detailed list of "Brand Name or Equal" supplies, including acrylic panels, T-slotted framing, various fasteners, steel shore jacks, urethane products, paint rollers, shop vacuums, water hoses, sealants, anchors, and specialized computer components and laboratory equipment. Offerors of "equal" products must provide specific details, including manufacturer, brand, model/part number, and descriptive literature. All deliveries must occur within 30 calendar days of contract award, be shipped FOB to ERDC CHL, and require a 48-hour email notification to the Technical Point of Contact, with all materials clearly labeled with a packing slip addressed to the same. A standard commercial warranty is required.
    This document is Amendment 0001 to Solicitation Number W912HZ26QA001, issued by the ERDC Contracting Office. Dated October 16, 2025, this amendment clarifies requirements in response to vendor questions by revising the "Description of Requirement" and "CLIN Pricing Schedule." Specifically, items 1, 12, 16, 18, 21, 45, and 60 within the CLIN Pricing Schedule attachment have been clarified. The amendment replaces previous versions of these documents with updated attachments titled "B08.02 W912HZ26QA001 Attachment - Description of Requirement_AM_0001" and "B08.02 W912HZ26QA001 Amendment Attachment CLIN Pricing Schedule_AM_0001," with the description of requirement now being four pages. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on the offer, or sending a separate communication, all prior to the specified offer receipt hour and date. Failure to acknowledge may result in the rejection of the offer. Any changes to a submitted offer due to this amendment must also be received before the opening hour and date.
    This government file outlines a detailed Contract Line Item (CLIN) Pricing Schedule for various supplies, including materials for construction, maintenance, and IT equipment. The document specifies quantities, units, and zero unit prices for 60 distinct items. Key items include acrylic panels, T-slotted framing, steel shore jacks, various painting supplies (rollers, brushes), shop vacuums, heavy-duty hoses, sealants, concrete anchors, extension cords, power strips, computer monitors, external hard drives, submersible pumps, and specialized IT components like AMD Ryzen Threadripper processors and NVIDIA RTX graphics cards. A crucial note highlights that items 1, 8, 9, 21, 28, and 53-60 are "Brand Name Only," while all others are "Brand Name or Equal Supplies." All listed items require delivery within 30 days after the award, with all costs, including shipping, to meet specifications in an attached "Description of Requirement." This document serves as a comprehensive listing for procurement, ensuring specific brand compliance for critical components and general equivalency for others.
    The Coastal and Hydraulics Laboratory (CHL) at ERDC is requesting supplies for a Salinity Intrusion Physical Model. This model is crucial for understanding and mitigating the salt wedge migration in the Lower Mississippi River, which has dangerously approached New Orleans' water supply during low water events. The request includes a detailed list of 'Brand Name or Equal' supplies, such as acrylic panels, T-slotted framing, various fasteners, urethane products, painting tools, shop vacuums, hoses, sealants, adhesives, anchors, and specialized computer components and monitoring equipment. 'Brand Name Only' items are explicitly listed. Vendors offering equal products must provide specific identifying information and demonstrate that their offerings meet the salient characteristics specified. Deliveries are required within 30 calendar days of contract award, FOB, to the ERDC in Vicksburg, MS, with prior email notification to the Technical Point of Contact.
    Amendment 0002 to solicitation W912HZ26QA001, issued by the ERDC Contracting Office, clarifies the requirements of the original solicitation in response to vendor questions. This amendment extends the offer due date to October 29, 2025, and revises the Description of Requirement and CLIN Pricing Schedule attachments. Specifically, items 2 and 41 within the CLIN Pricing Schedule have been clarified. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging it on their offer, or sending a separate communication, ensuring receipt by the new due date to avoid rejection of their offer. This amendment replaces previous versions of the Description of Requirement and CLIN Pricing Schedule attachments.
    This document compiles a series of questions and answers regarding Solicitation W912HZ26QA001 for Salinity Intrusion Physical Model Supplies, updated as of October 22, 2025. The Q&A addresses various line items, providing crucial clarifications on product specifications, quantities, and part numbers. Key updates include specifying "10 ft lengths" for line items 2 and 8, changing line 12's description to "2 packages of 12" due to an unspecified model, and detailing line 16 as a "16 Gal. 6.5 Peak HP NXT Shop Vacuum Wet Dry Vac, Fine Dust Filter, Hose, Accessories and Car Cleaning Kit HD1800B" with part number 324508130. Line 18 clarifies "¾” diameter by 50 ft. length," and line 45 specifies "4 ft x 8 ft x ¾” thick." The document emphasizes that offers must include all listed items to be technically acceptable, rejecting partial quotes. It also confirms that partial or complete deliveries are acceptable as long as all items are received by the due date. The clarification for line 16, concerning the pipe diameter for transducers, states they will be mounted on 8” pipes to measure water discharge, with self-mounting planned given the correct hardware.
    The document addresses Salinity Intrusion Physical Model Supplies (W912HZ26QA001) through a Q&A format, clarifying specifications for various line items. Key revisions include specifying 10 ft lengths for certain items, updating a shop vacuum description with a model number and capacity (16 Gal. 6.5 Peak HP NXT), and detailing hose dimensions as ¾” diameter by 50 ft. length. Several line items had their descriptions edited to include correct Curbell part numbers or updated specifications due to previous ambiguities or incorrect model numbers. This solicitation Q&A aims to provide precise details for supplies required for the physical model, ensuring clarity and accuracy in procurement.
    The document outlines the standard solicitation and contract terms for federal government acquisitions of commercial products and services, with a specific emphasis on Women-Owned Small Business (WOSB) set-asides. It details requirements for bids, contract awards, and payment, including specific FAR and DFARS clauses governing areas such as unique item identification, small business subcontracting, labor standards, and prohibitions on certain foreign procurements. Key clauses cover prohibitions on specific technologies and business practices. The document also includes instructions for offerors regarding representations and certifications, particularly concerning business size and various socio-economic categories.
    This government file outlines a comprehensive Contract Line Item (CLIN) Pricing Schedule for various supplies, categorized as either "Brand Name or Equal" or "Brand Name Only." The schedule lists 60 distinct items, including acrylic panels, T-slotted framing components, steel shore jacks, urethane products, paint rollers, shop vacuums, sealants, anchors, power strips, monitors, hard drives, pumps, fans, lighting, construction screws, plywood, machine vision filters, and computer components. Each item specifies a quantity and unit, with all unit prices currently listed as $0.00. A critical note indicates that items 8, 9, 28, and 53-60 are designated as "Brand Name Only." All listed items require delivery within 30 days after the award and include all costs, such as shipping, to meet the specifications detailed in the "Description of Requirement attachment."
    The Coastal and Hydraulics Laboratory (CHL) at the Engineer Research and Development Center (ERDC) in Vicksburg, MS, requires supplies for a Salinity Intrusion Physical Model. This model is crucial for understanding and mitigating the salt wedge migration in the Lower Mississippi River, which has dangerously approached New Orleans' water supply during low-water events. The project aims to develop strategies, such as an augmented sill, to prevent catastrophic failure of the city's water supply. The request details a comprehensive list of "Brand Name or Equal" supplies, including acrylic panels, T-slotted framing, various fasteners, steel shore jacks, sealants, adhesives, paint supplies, shop vacuums, water hoses, monitoring equipment, computer hardware, pumps, and fans. Specific items (8, 9, 28, 53-60) are designated "Brand Name Only." Vendors offering "equal" products must provide detailed information for evaluation. All materials must be delivered to the ERDC within 30 calendar days of contract award, with shipping terms FOB Vicksburg, MS. Deliveries require a 48-business-hour email notification to the Technical Point of Contact and must include a packing slip labeled to their attention. A standard commercial warranty is required.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge for the Mississippi River, specifically in the New Orleans Harbor and adjacent lock forebays of the Gulf Intracoastal Waterway. The contract aims to enhance dredging capabilities in these critical waterways, with an estimated construction value ranging between $5 million and $10 million. This procurement is vital for maintaining navigability and safety in the region's waterways, ensuring efficient transport and commerce. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil, with the solicitation documents available on Sam.gov.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge project. This procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge for operations within the New Orleans Harbor Reach of the Mississippi River and adjacent waterways, with a construction magnitude estimated between $5 million and $10 million. The project is critical for maintaining navigational channels and ensuring environmental compliance, reflecting standard federal contracting procedures in infrastructure and environmental work. Interested vendors must register with the System for Award Management (SAM) and submit bids that comply with specified requirements, with contact points for inquiries being Cori A. Caimi at 504-862-1352 and Bambi Raja at 504-862-1499.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project. This procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The dredging services are critical for maintaining navigable waterways and supporting maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. Interested vendors should register on beta.SAM.gov and may contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further information.
    Mississippi Valley Division Civil Works Areas of Interest Commercial Solutions Openings
    Buyer not available
    The Department of Defense, through the Mississippi Valley Division (MVD) of the U.S. Army Corps of Engineers (USACE), is issuing a Commercial Solutions Opening (CSO) to solicit innovative commercial products, technologies, and services aimed at enhancing civil works operations. The primary objectives include addressing maintenance of navigation channels, improving materials and repair methods for navigation structures, and developing solutions for sedimentation prediction and flood risk management. This initiative is critical for maintaining navigability and safety in U.S. waterways, with specific focus areas including the maintenance dredging of the Vermilion River in South Louisiana, which faces unique environmental and logistical challenges. Interested parties should submit solution briefs by December 5, 2025, with potential contract awards anticipated by January 30, 2026. For further inquiries, contact Whitney Dee at Whitney.R.Dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. This dredging operation is critical for maintaining navigability and ensuring the safety of maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. Interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.