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
Fiber Optic Test Instruments Maintenance and Calibration
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking qualified contractors for the maintenance and calibration of Fiber Optic Test Instruments through a Master Blanket Purchase Agreement (BPA). The contractor will be responsible for inspecting, repairing, and calibrating approximately 75 instruments annually, including Optical Time-Domain Reflectometers (OTDRs) and fusion splicers, ensuring adherence to rigorous standards and timelines. This procurement is crucial for maintaining the functionality of essential equipment used in various operations, with a total estimated value of $243,750 over a five-year period. Interested parties must submit their quotes and technical documentation by 1:00 PM Central Time on April 25, 2024, to Jon-Vincent Holden at Jon-Vincent.S.Holden@usace.army.mil or David Ammermann at david.g.ammermann@usace.army.mil.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.
Notice of Intent to Sole Source, Additional Components for HAAS Toolroom CNC Mill System and Meltio System for ERDC GSL
Buyer not available
The U.S. Army Corps of Engineers Research and Development Center (ERDC) intends to issue a sole source award to Phillips Corporation for additional components related to its HAAS Toolroom CNC Mill System and Meltio System. The procurement includes specific items such as an SMC Chiller, Laser Alignment Camera Calibration System, External Wirefeeder Stand, and maintenance services, all of which must be compatible with existing equipment previously supplied by Phillips Corporation. This procurement is critical as Phillips Corporation is the only authorized vendor capable of providing the necessary components and installation services due to their unique knowledge of the systems. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 1:00 PM CST on April 17, 2025, for consideration in determining whether to conduct a competitive procurement.
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.
USACE Galveston District, Applanix POSMV CPU Purchase and Maintenance Agreement
Buyer not available
The U.S. Army Corps of Engineers, Galveston District, is seeking information from qualified small businesses for a maintenance agreement and POSPac license related to the replacement of eleven POS MV WaveMaster CPUs and antennas. The procurement aims to secure firmware and hardware maintenance coverage for a period of five years, with an estimated contract value between $250,000 and $500,000, highlighting the importance of reliable surveying and mapping services. Interested firms must respond by April 17, 2025, and provide their qualifications, including past project experience, to Steven Penland at steven.d.penland@usace.army.mil or Joseph Warby at joesph.d.warby@usace.army.mil, as the anticipated solicitation is expected to be issued around April 2025.
NOTICE OF INTENT TO SOLE SOURCE CAPACITANCE WAVE GAUGES FOR ERDC-CHL
Buyer not available
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.
Software and Hardware Upgrade on Tinius Olsen
Buyer not available
The Department of Defense, specifically the Army, is seeking a contractor to perform a hardware and software upgrade, as well as retrofitting, on a government-owned Tinius Olsen Universal Tester located at the Anniston Army Depot. This procurement is aimed at enhancing the capabilities of the tester, which can exert a force of 120,000 pounds, in accordance with the provided Statement of Work. The solicitation will be issued electronically, and interested vendors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the deadline of April 30, 2025, at 10:00 AM CST. For further inquiries, vendors can contact Christine Bundrum at 571-588-0958 or via email at christine.m.bundrum.civ@army.mil.
Request for quote for Laboratory Supplies
Buyer not available
The General Services Administration (GSA) is soliciting quotes for laboratory supplies on behalf of the U.S. Army Corps of Engineers, under Solicitation PIID: 47QSWC25Q0098. This procurement aims to establish a single-award Firm-Fixed Price Purchase Order for various laboratory items, including chemical standards and specialized equipment, as detailed in the accompanying pricing worksheet. The supplies are critical for maintaining compliance with environmental and public health regulations, ensuring rigorous standards in laboratory testing and research. Quotations are due by May 12, 2025, and interested vendors should direct inquiries to Gary Carson at Gary.Carson@gsa.gov or Dominic Lackey at dominic.lackey@gsa.gov for further information.
BPA, LRD COURT REPORTING SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Great Lakes and Ohio River Division, is seeking to establish a Blanket Purchase Agreement (BPA) for court reporting and transcription services. The objective is to secure qualified vendors who can produce verbatim transcripts of various legal proceedings, including meetings, conferences, depositions, and administrative hearings, ensuring accurate and confidential legal records. This BPA is crucial for maintaining a complete and secure documentation of proceedings, with a total maximum capacity of $5 million over its lifetime, which extends to May 2030. Interested vendors must have at least two years of experience, comply with security protocols, and submit their questions and offers by May 1, 2025, to the primary contact, Jamie Lynn Barnes, at jamie.l.barnes@usace.army.mil.
Notice of Intent to Sole Source - Pulse Duration Measurement Autocorrelator Device
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), intends to procure a Pulse Duration Measurement Autocorrelator Device for femtosecond laser pulse diagnostics. This specialized instrument is required to characterize femtosecond pulses generated by a laser operating in the spectral range of 630 nm to 5000 nm, with specific capabilities to function as both an intensity and interferometric autocorrelator. The procurement is critical for ongoing research and development efforts at the Geospatial Research Laboratory (GRL), which relies on precise pulse-width measurements calibrated to National Institute of Standards and Technology (NIST) standards. Interested vendors must submit capability statements and past performance information to Ethel D. Grant at ethel.d.grant@usace.army.mil by 2:00 PM CST on April 16, 2025, as the government intends to proceed with a sole source acquisition from Applied Physics and Electronics, Inc.