SPECIAL NOTICE
66 -- Notice of Intent to Sole Source
- Notice Date
- 11/28/2012
- Notice Type
- Special Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF23102556
- Archive Date
- 2/26/2013
- Point of Contact
- Melissa Keen, 601-634-4880
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(melissa.a.keen@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC) Contracting Office intends to issue a sole source award to YSI Incorporated, 1700 Brannum Ln, Yellow Springs, OH 45387 for the purchase of a FlowTracker Handheld Acoustic Doppler Velocimeter and an EXO2 Sonde Water Quality Probe. The FlowTracker and EXO2 Sonde Water Quality Probe are solely manufactured and distributed by SonTek/YSI, Division of YSI, Inc. The FlowTracker must be equipped to measure the following environmental quality parameters: water velocity sensor designed to measure three-dimensional velocities in a water volume of less than 0.25 cubic cm, measuring velocities down to 0.001 m/s as it is for velocities up to 4 m/s, automatic discharge computation protocols for ISO/USGS mid-section, mean-section, as well as a general-purpose velocity measurements, based on various measurement parameters such as signal-to-noise ratio (SNR), velocity error, boundary checks, temperature, etc., and automatically notifies the user of potential measurement issues. The EXO2 Sonde Water Quality Probe must be able to work in polluted, brackish, or saltwater and measure pH, oxidation reduction potential (ORP), temperature, conductivity, dissolved oxygen (DO), turbidity, total dissolved solids (TDS), and total algae. Both units require replaceable, sturdy cable of varying lengths and associated hard/software includes: connection cables, required software package, data download equipment, and standard calibration solutions. The Government intends to procure from only one source under the authority of FAR 13.106-1(b). This will be a commercial acquisition using simplified acquisition procedures per FAR 13. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334513 with a Small Business Size Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar product. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a capability statement, proposal, or quotation to the Contract Specialist by 12:00 PM CST, Wednesday, December 5, 2012. Interested parties may submit information for consideration by the government to: Melissa.A.Keen@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF23102556/listing.html)
- Record
- SN02938265-W 20121130/121128234212-1e1fa9f08853cae600b3b25779468938 (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 |