Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2012 FBO #3717
SPECIAL NOTICE

59 -- SPECIAL NOTICE OF INTENT TO SOLE SOURCE - HITEC PRODUCTS INC

Notice Date
1/26/2012
 
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
W81EWF20201916
 
Archive Date
4/25/2012
 
Point of Contact
Amanda Andrews, 601-634-5249
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(amanda.andrews@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.106-1) with Hitec Products Inc., 100 Park St Ste 12, Ayer MA 01432-1167, as the only responsible source that can provide field engineering support to the US Army Corps of Engineers, Portland District for the Structural Monitoring of Bonneville Dam Miter Gates. The U.S. Army Engineer Research and Development Center Sensor Measurement & Instrumentation Branch has a need for approximately 100 strain transducers and 6 temperature sensors. The basic requirements for this equipment are as follows: ~Full encapsulated sensor ~DC Operation ~Water proof to a depth of 100 feet ~2-arm active Wheatstone bridge ~Full-bridge configuration ~350-ohm strain gage resistance ~Weld on installation ~Proven success in harsh environments ~200 feet of lead wire ~Total gage factor of 4.0 ~Compatibility with data acquisition equipment to be installed at the dam. The only strain transducer meeting these basic requirements is the HBWF-35 series manufactured by Hitec Products Inc. The specific model with appropriate cable length is the HBWF-35-125-6-100GP-NT. This acquisition is being conducted under simplified acquisition procedures. 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. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Amanda.Andrews@usace.army.mil. Statements are due by 1200 (12:00pm) Central Standard Time 9 February 2012. No phone calls will be accepted. Point of Contact Amanda Andrews, Contract Specialist, Phone 601-634-5249, Email Amanda.Andrews@uasce.army.mil Place of Performance Address: USACE/ERDC ITL 3909 HALLS FERRY ROAD VIKSBURG MS Postal Code: 39180-6199 Country: UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF20201916/listing.html)
 
Record
SN02661968-W 20120128/120126234801-2fce8bed208e66eab4fd1e2dba4b6ca6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.