SOLICITATION NOTICE
66 -- Wireless Instrumentation - SF-1449
- Notice Date
- 8/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-12-T-0152
- Archive Date
- 9/13/2012
- Point of Contact
- Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
- E-Mail Address
-
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SF-1449 Procurement of Radio (wireless) Instrumentation Equipment for Lock and Dam Winter Maintenance 1 : Quantities Item Quantity Base station 2 2 Channel Node 4 4 Channel Node 6 The supplier shall provide technical support and a minimum 1 year warranty for all items delivered under this contract. Each Base Station shall be: Shipped fully assembled and fully connected for operation upon arrival (batteries shall be installed however are not required to be connected). Powered with standard AC power outlets and able to operate off of a rechargeable backup battery. Self contained in a housing/enclosure designed for use in harsh environments including: wind, moisture, precipitation, and humidity. The enclosure shall be easily mountable to a wall, pole, post, and/or fence. Maximum dimensions of the enclosure: 16 x 16 x 8 in. Rated to operate for temperatures between -40 o C and +55 o C. Contain a datalogger: That shall be a spectral analyzer type datalogger. Shall be programmable and compatible with government owned Canary Multilogger Software. A minimum of either 128 or 512 kB of SRAM; 2MB OS Flash Internal Memory, program storage, and data storage. Capable of coordinating communications with 12 or more nodes (2, 4, or 16 channels each) via radio modem. Capable of connecting to external communication devices via a RS-232 connection and computer networks via a 10baseT Ethernet cable. Contain radio modems with an internal radio frequency of 910MHz to 918MHz or 2.4GHz. The frequency resolution shall be better than or equal to 0.001 Hz. Include an antenna with a communication range of at least 1 mile. Each antenna shall include a detachable (from antenna and base station) 50 foot cable to allow installation away from the base station. Construction shall allow parts to be interchangeable between both base stations. Each 2-channel node shall be: Shipped fully assembled and fully connected for operation upon arrival (batteries shall be installed however are not required to be connected). Self contained in a housing/enclosure designed for use in harsh environments including: wind, moisture, precipitation, and humidity. The enclosure shall be easily mountable to a wall, pole, post, and/or fence. Maximum dimensions of the enclosure: 13 x 10 x 6 in. Rated to operate for temperatures between -40 o C and +55 o C. Be capable of connecting with, obtaining readings from, and otherwise compatible with the following government owned property: Geokon Model 4500S, 4500SH and 4500AL(V) vibrating wire piezometers. Geokon Model 6350 vibrating wire tiltmeters. Geokon Model GK-403 and GK-404 Vibrating Wire Readout Boxes. Capable of exciting the instrument, measuring the response, and transmitting readings from any combination of two (2) vibrating instruments with two (2) thermistors listed above. Powered with standard 115 volt AC power outlets and able to operate off of a rechargeable backup battery. Contain radio modems, antennae, and components capable of transmitting and receiving data from the base station at a frequency of 910MHz to 918MHz or 2.4GHz. The frequency resolution shall be better than or equal to 0.001 Hz. Construction shall allow parts to be interchangeable between other 2-channel nodes. Each 4-channel node shall: Shipped fully assembled and fully connected for operation upon arrival (batteries shall be installed however are not required to be connected). Be a self contained in a housing/enclosure designed for use in harsh environments including: wind, moisture, precipitation, and humidity. The enclosure shall be easily mountable to a wall, pole, post, and/or fence. Maximum dimensions of the enclosure: 15 x 13 x 8 in. Rated to operate for temperatures between -40 o C and +55 o C. Be capable of connecting with, obtaining readings from, and otherwise compatible with the following government owned property: Geokon Model 4500S, 4500SH and 4500AL(V) vibrating wire piezometers. Geokon Model 6350 vibrating wire tiltmeters. Geokon Model GK-403 and GK 404 Vibrating Wire Readout Boxes Be capable of exciting the instrument, measuring the response, and transmitting readings from any combination of four (4) vibrating instruments with four (4) thermistors listed above. Powered with standard AC power outlets and able to operate off of a rechargeable backup battery. Contain radio modems and components capable of transmitting and receiving data from the base station at a frequency of 910MHz to 918MHz or 2.4GHz. The frequency resolution shall be better than or equal to 0.001 Hz. Construction shall allow parts to be interchangeable between other 4-channel nodes. A delivery date of 20 days after order. US Army Corps of Engineers Attn: Terry Jorgenson - EC-D 180 East 5 th Street - Suite 700 St. Paul, MN 55101-1638 SHIP TO: The St. Paul District will be implementing radio link instrumentation equipment for lock and dam winter maintenance dewatering projects. The supplied equipment must be NEW and capable of full integrating with the governments existing Automated Data Acquisition System (ADAS). The radio link system should be capable of connecting nodes to a centrally located base station via a radio link. Table 1 below shows the requested quantities. Table
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0152/listing.html)
- Place of Performance
- Address: Minnesota, United States
- Record
- SN02861031-W 20120831/120830000828-2e592ab8ee031fcec49c4e949e84740b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |