Data Acquisition Systems and Instrumentation Equipment Master BPA
ID: W912HZ25Q1689Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 5, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 21, 2024, 12:00 AM UTC
  3. 3
    Due Nov 26, 2024, 9:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking to establish multiple Master Blanket Purchase Agreements (BPA) for the procurement of Data Acquisition Systems (DAQ) and Instrumentation Equipment for the Geotechnical and Structures Laboratory (GSL) in Vicksburg, Mississippi. The procurement aims to fulfill the laboratory's repetitive needs for specialized equipment essential for testing and data capture in structural mechanics applications, with an estimated total value of up to $5.2 million over a five-year period. This initiative underscores the importance of acquiring reliable and compatible systems to enhance research and development efforts, particularly in improving building resilience against various threats. Interested vendors must submit their proposals by 1:00 PM CST on November 21, 2024, and can direct inquiries to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or Allison Hudson at Allison.B.Hudson@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Nov 21, 2024, 4:28 PM UTC
The Engineer Research and Development Center (ERDC) intends to establish multiple Master Blanket Purchase Agreements (BPA) for procuring Data Acquisition Systems (DAQ) and related instrumentation equipment over a five-year period. The purpose is to address the repetitive needs of the Geotechnical and Structures Laboratory (GSL) for compatible and interdependent items. Expected purchases could total approximately $5.2 million, but individual orders will not exceed $250,000, with no guarantees of minimum or maximum orders. The necessary security and Information Assurance (IA) measures are detailed, stipulating that all contract personnel must comply with Department of Defense (DoD) requirements, undergo security training, and utilize the E-Verify system for employment eligibility verification. Appendix A catalogs specific equipment types, including accelerometers, amplifiers, pressure sensors, high-speed cameras, and DAQ systems, along with brand specifications and technical requirements. This initiative exemplifies the federal government's structured approach to streamlining procurement processes while ensuring compliance with security and safety protocols.
Nov 21, 2024, 4:28 PM UTC
The Geotechnical and Structures Lab (GSL) within the Engineer Research and Development Center requires the procurement of specific Data Acquisition Systems to enhance its operational capabilities. The request specifies multiple items from DeweSoft, including various rack systems and modules, shielded cables, power supplies, and communication cables. Quantities for these items range from one to thirty-two, reflecting a comprehensive integration of components necessary for structural mechanics applications. The vendor is responsible for including all shipping and handling costs in their proposal, with delivery expected to occur 30 days post-award at a designated location in Vicksburg, MS. This request falls within government procurement procedures aimed at acquiring specialized technical equipment necessary for research and development projects.
Nov 21, 2024, 4:28 PM UTC
The U.S. Army Corps of Engineers (USACE), through its Engineer Research and Development Center (ERDC), seeks to establish a Blanket Purchase Agreement (BPA) Call for brand name DeweSoft Data Acquisition Systems and Instrumentation Equipment. This procurement is necessitated by the Geotechnical and Structures Laboratory's (GSL) need for specialized equipment to support research and development initiatives aimed at enhancing building structural resilience against multi-dimensional threats. The specific items required include various DeweSoft Data Acquisition systems and components, justified based on the reliability and compatibility with existing systems to ensure seamless operations and data integrity. The authority for sole-source procurement is rooted in Federal Acquisition Regulation (FAR) provisions due to brand name requirements. Market research indicates multiple resellers for DeweSoft products, suggesting adequate competition, while fairness in pricing will be validated through independent estimates and industry knowledge. This action highlights the ERDC's commitment to leveraging proven technologies to meet critical national security objectives effectively.
Nov 21, 2024, 4:28 PM UTC
The government document addresses inquiries related to a specific equipment requirement for the U.S. Army Corps of Engineers (USACE) pertaining to an Endevco 1000g PR accelerometer. It clarifies that the exact part number for this equipment will be provided only when a need arises, as documented in the Master Description of Requirement (DOR). Additionally, it confirms that an Ethercat interface is not a requirement for the application in question. However, it defends the use of a Sigma Delta Analog-to-Digital Converter (ADC) within the Dewesoft 8-Channel SIRIUS STG amplifier package, stating it is essential despite potential overshoots during data acquisition that might cause errors. This document is aimed at assisting vendors in understanding the specifications required for compliance in response to government RFPs, ensuring accuracy and reliability in their proposals for future contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
66--FIVE-BEAM CURRENT PROFILING SYS IAW Salients
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for a Five-Beam Current Profiling System, which must meet specified salients and be delivered to the California Water Science Center in West Sacramento, CA. This advanced Acoustic Doppler Current Profiling system is crucial for measuring hydrodynamic parameters such as water velocities and wave characteristics, thereby enhancing environmental studies and data collection capabilities in aquatic research. The solicitation, originally set aside for small businesses, has been amended to an unrestricted status, with quotes now due by April 3, 2025, and the anticipated award date set for April 15, 2025. Interested vendors must register at https://sam.gov/ and submit their quotations via email to Jean Walsh at jwalsh@usgs.gov.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process involves a two-phase evaluation, where Phase 1 assesses past performance and management approach, while Phase 2 focuses on technical and price proposals, emphasizing quality control and collaboration with USACE. Interested contractors must have active SAM registration, submit proposals through the PIEE portal, and adhere to specific formatting guidelines, with the deadline for Phase 1 submissions extended to April 7, 2025. For further inquiries, potential offerors can contact Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
66--Remote Control System for ADCP IAW Salients
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for a Remote Control System for Acoustic Doppler technology, specifically designed for TRDI SP Float and TRDI RR/RP Float (Trimaran). The procurement aims to enhance the operational capabilities of Acoustic Doppler Current Profilers (ADCPs) by converting flotation devices into unmanned surface vehicle systems, with specific requirements for speed, communication range, and ease of assembly. This acquisition is crucial for environmental monitoring and research applications, and the anticipated contract award date is April 30, 2025. Interested vendors must submit their quotes by April 8, 2025, and can direct inquiries to Imani Tillman at itillman@usgs.gov.
SERVICE PLAN FOR PREVENTATIVE MAINTENANCE AND CALIBRATION OF METTLER-TOLEDO LAB EQUIPMENT
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a service plan for the preventative maintenance and calibration of government-owned Mettler-Toledo laboratory equipment. This procurement involves a sole source contract with Mettler-Toledo, LLC, and includes comprehensive service agreements for repair and calibration of specific analytical instruments over a period from May 2025 to May 2027. The contract emphasizes compliance with Federal Acquisition Regulations, particularly supporting small businesses, and requires contractors to be registered in the System for Award Management (SAM). Interested vendors must submit their offers via email to Shelby Craig by 1:00 PM Eastern Time on April 11, 2025, with the solicitation number N00164-25-Q-0603 available for reference.
hydraulic rams (qty 160)
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for the acquisition of 160 hydraulic rams to support its laboratory operations. The procurement requires vendors to meet specific technical specifications, including maximum operating pressure, stroke, and material compatibility with existing systems, ensuring the hydraulic rams are suitable for the intended applications. This acquisition is crucial for enhancing the USGS's research capabilities while adhering to federal regulations, including compliance with the Federal Acquisition Regulation (FAR) and registration in the System for Award Management (SAM). Interested contractors must submit firm, fixed-price quotes by the specified deadline and can contact Tracy Huot at thuot@usgs.gov or 916-278-9330 for further information.
Pre-Solicitation Synopsis for the Overhaul of the Data Acquisition Unit
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the Data Acquisition Unit, a critical component in flight instrumentation. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, and equipment to accomplish the overhaul, with an estimated quantity range of 12 to 57 units, including a Foreign Military Sales quantity of 9 units. This procurement will be executed as a five-year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, and interested parties must have the capability to procure proprietary data from approved sources, namely Sikorsky Aircraft Corporation or Hamilton Sundstrand Corporation. Proposals must be submitted via email to Pamela Pritchard at pamela.n.pritchard.civ@army.mil, and the procurement is currently unfunded, with the award contingent upon the availability of funds.
Expand and Accelerate Use of Thin-Layer Placement (TLP) of Dredged Sediment at US Marine Corps Installations for the Purpose of Increasing Mission Resilience
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to expand and accelerate the use of Thin-Layer Placement (TLP) of dredged sediment at U.S. Marine Corps installations to enhance mission resilience. The procurement involves a sole-source contract with Anchor QEA, Inc. for services that include identifying nature-based solutions to improve installation resilience, conducting numerical modeling of vulnerabilities, providing technical support, and facilitating site visits and meetings. This initiative is critical for maintaining consistency with previous research and methodologies, and the selected contractor must demonstrate expertise in TLP and EWN® strategies. Interested parties are invited to submit capability statements by April 7, 2025, to Amanda Andrews and Sonia Boyd via email, as no competitive solicitation will be issued.
WATER SAMPLING SYSTEM IAW SALIENTS
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for a water sampling system, specifically a CH4/CO2/H2O Trace Gas Analyzer, to be delivered to its Nebraska Water Science Center in Lincoln, Nebraska. The procurement requires a system that meets detailed specifications, including a Variable Frequency Drive (VFD) for regulating discharge flow rates and components designed to withstand various environmental conditions. This equipment is crucial for accurate water sampling and analysis, supporting the USGS's mission in environmental monitoring and research. Interested vendors must submit their quotes by April 7, 2025, and can direct inquiries to Jean Walsh at jwalsh@usgs.gov before April 3, 2025. The anticipated award date for the contract is April 17, 2025, and all bidders must be registered in the System for Award Management (SAM) to be eligible for the award.
Bayou Courtableau Darbonne Drainage Structure Gauge Readings
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for a contract to perform gauge readings and operate the Bayou Courtableau and Darbonne Drainage Structures in Port Barre, Louisiana. The contractor will be responsible for providing daily gauge readings, operating the drainage structures, and conducting emergency gauge readings, with performance monitored by a Government representative. This procurement is vital for maintaining efficient water management systems and is set aside exclusively for small businesses under NAICS code 221310, with a firm-fixed-price contract expected to last one year, with options for extension. Interested offerors must submit their proposals via email by April 16, 2025, and ensure they are registered in the System for Award Management (SAM) as a small business; for further inquiries, contact Angela Day at Angela.C.Day@usace.army.mil or Karen D. Hargrave at karen.d.hargrave@usace.army.mil.