Amendment 0001 provides Section C, Description of Requirement in the RFQ W913E522R0012.
____________________________________________________________________________________________________
This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation number W913E522R0012 is being issued as a request for quotation (RFQ).
The associated North American Industry Classification System (NAICS) code is 334513 – Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables, which has a size standard of 750 employees. This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2.
The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) has a brand name requirement for one hundred and thirty (130) Campbell Scientific CR-350 data loggers, various sensors, cables and mounting equipment.
Campbell Scientific is the only existing brand name that offers the features and configurations necessary to meet all of the factors relevant to the data logger and sensors already installed at the Chena Lakes River Flood Control Project/Moose Creek Dam. This purchase would add to the existing capability to acquire and monitor real time data and must be compatible to be integrated into the existing sensor and data logger network. These data loggers have been field tested and provide the rugged data sensing and monitoring requirements of permanent installation in the flood control area. Therefore, Campbell Scientific is the only brand producing an item that, if procured, would avoid the excessive cost associated with testing new products which would create substantial duplication of cost to the Government and cause unacceptable delays in fulfilling the agency requirements.
Please reference the attached RFQ for instructions and applicable provisions and clauses. Award will be made to the responsible offeror whose offer represents the Lowest Price Technically Acceptable (LPTA) to the Government. The following factors will be used for evaluation: the offeror's ability to meet the required technical specifications and price.
FOB Destination: Fort Wainwright, Alaska 99703
Payment Terms: Net 30
Please provide responses to this notice, no later than Monday, 15 August 2022, 12:00 PM, Central Standard Time (CST) to:
Kasey.T.Davis@usace.army.mil
Telephone responses will not be accepted.
*Note: To be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.