SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 334519 with a Small Business Size Standard of 600 employees for a Brand name or equal to a Cypress Heat Pulse Horizontal Groundwater Flowmeter System.
THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary.
Specifications for Brand name or equal to a Cypress Heat Pulse Horizontal Groundwater Flowmeter System:
1. medium: fresh, sea, or polluted water
2. measurement principle: heat pulse with measurement of thermal plume response
3. measure temperature of probe thermistors: excitation and 24 bit A:D measurement on board within probe (n=8)
4. temperature measurement accuracy and resolution: 0.1°C accuracy and 0.001°C resolution
5. range of calibrated flows: 0.2 ft/day to 100 ft/day (0.1 m/day to 30 m/day)
6. velocity accuracy: ±10%
7. direction accuracy: ±10 degrees
8. maintain heater setpoint amps: digital input using digital potentiometer under remote program control
9. measure heater amps: analog output to datalogger
10. heater control: digital port switched from datalogger
11. topside board communication: communicate with CR1000(X) over RS485
12. topside board temperature: digital temperature
13. fault reporting: open or short thermistor, ADC out of range, bad ADC external noise
14. probe memory: serial number, calibration coefficients and date
15. probe board temperature, relative humidity: digital sensor
16. digital compass on probe board: optional
17. cable and connectors: marine grade 12 conductor
18. communication: Campbell Scientific Loggernet, SDI-12, Modbus RS485
19. Probe Diameter: 1.75 in (4.45 cm); polyester packer allows use in screened monitoring wells 2 in to 4 in (5.1 cm to 10.2 cm)
20. Probe Length: 19.7 in (50 cm) including packer
21. Controller Box: 20 in (50.8 cm) x 18 in (45.7 cm) x 9 in (22.9 cm) fiberglass reinforces polyester, NEMA 12/13
22. Power: 12-26 VDC, typically with 84 amp-hr AGM battery and 90 watt solar panel, depending on solar availability
Responses to this announcement are requested from (1) Indian Small Business Economic Enterprise (2) SBA certified Small Business HubZone firms; (3) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (4) Service-Disabled Veteran-Owned small Business firms; (5) Small Businesses.
In response to this announcement, please indicate your firm's socioeconomic status (e.g. ISBEE, small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy.
A firm is considered small under NAICS code 334519 with a Small Business Size Standard of 600 employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms on salient characteristics above, any solicitation may be issued as unrestricted without further consideration.
Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including SAM UEI NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS.
Your company must have a SAM Unique Identifier number and be registered on-line at the System for Award Management (SAM).
All responses must be submitted NLT January 3, 2024, at 5:00pm MST via e-mail to: jmoye@usgs.gov.
This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this source sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.