Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2019 FBO #6537
SPECIAL NOTICE

N -- Cold Weather Research Services

Notice Date
10/17/2019
 
Notice Type
Special Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE CRREL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
 
ZIP Code
03755-1290
 
Solicitation Number
W913E520Q0002
 
Archive Date
11/6/2019
 
Point of Contact
Will McFarland, Phone: 6036464119
 
E-Mail Address
william.a.mcfarland@usace.army.mil
(william.a.mcfarland@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to Cold World Consulting LLC upon the basis of the authority provided at FAR 13.106-1 (b)(1). • ERDC-CRREL requires installation of CRREL-owned sensors: a) hygrometer and b) snow height sensor (24 hr). Mount Campbell Scientific KH20 Krypton Hygrometer next to an existing RM Young 81000 3D sonic anemometer on an arm on the southwest platform corner. Prepare additional RM Young 81000 as a backup to the existing anemometer, which is now 9 years old. Install Lufft SHM31 laser snow depth sensor on a platform boom 6.2 m above the ground, extending to the south. These locations are suitable for unobstructed measurement of sensible/latent heat fluxes and snow height. Update CRBasic programs on two Campbell CR3000 loggers already on site for new instrumentation. This will specifically require programming instructions for high frequency (10 Hz) concurrent measurements of water vapor from the KH20 and wind components from the RM Young 81000. Photo document new mounts, and deliver documentation on changes to current data logger software configuration. Validation of the KH20 measurements will occur according to procedures outlined in Section 6 of the KH20 manual. Validation of the RM Young 81000 measurements will occur using a nearby RM Young 5103 propeller vane anemometer. • Design and install an automatic winch system for the current adjustable downlooking radiometer boom (16 hr). Identify hardware for installation of winch step motor; supplies to install on current manually adjustable radiometer boom. Test and evaluate capability to remotely engage to move vertical placement of boom above snow surface. Report on design, methods and instruction for operation. • General snow site and database maintenance and upgrade. o Website and database updates and revisions (16 hr). o Cleaning up data logger wiring using ferrules. Logger wiring is messy and some needs replacement (16 hr). o Conduit replacement & housing of all cables in conduit. Some cabling runs up "Santa Hatch" and in other places that is not ideal. All cables need to be routed through conduit (32 hr). o Lysimeter pan replacement and maintenance. Ongoing replacement of degraded plastic lysimeter pans with stainless steel (24 hr). Maintain/repair tipping bucket mechanisms and sensors. o Decontamination from mice at storage locker. Needs to be cleaned out (8 hr). o Replacement of site computer (8 hr). o Replace radiometers across entire site w/ calibrated units from CRREL, total of 7 (8 hr). o Replace prop vane anemometer on platform w/ calibrated unit from CRREL (4 hr). o Replace temp/RH sensor on platform w/ calibrated unit from CRREL (2 hr). o General cleanup of trash and debris from around site, maintain perimeter rope, cleaning of webcam dome (8 hr). o Touch up paint on bunker where needed (8 hr) The associated North American Industry Classification System (NAICS) code is 541690, which has a size standard of $15 million. This Notice of Intent is not a request for competitive quotations; however interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Please provide responses to this notice NLT 12:00 PM EST, 22 October 2019 to: William.A.McFarland@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order 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 the FAR and DFARS representations and certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E520Q0002/listing.html)
 
Record
SN05476719-W 20191019/191017230633-6f082707edb1c886c67d65a6f82b88ad (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.