Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SPECIAL NOTICE

58 -- Impulse Ground Penetrating Radar (GPR)

Notice Date
6/26/2024 2:03:34 PM
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ24N3906
 
Response Due
7/5/2024 11:00:00 AM
 
Archive Date
07/20/2024
 
Point of Contact
Jon-Vincent Holden, David Ammermann, Phone: 2173734490
 
E-Mail Address
Jon-Vincent.S.Holden@usace.army.mil, david.g.ammermann@usace.army.mil
(Jon-Vincent.S.Holden@usace.army.mil, david.g.ammermann@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) intends to issue a Firm Fixed Price (FFP) single source award to ImpulseRadar (CAGE: 9DXE8) for Impulse Ground Penetrating Radar (GPR). The Geotechnical and Structures Laboratory (GSL) of the US Army Engineer Research and Development Center (ERDC) is engaged in an ongoing civil works infrastructure research and development program to develop and demonstrate innovative products that will significantly improve the evaluation and sustainability of our nation�s infrastructure. To accomplish this, GSL has the need to acquire sensors for evaluation of the structural integrity of infrastructure. A dual frequency impulse ground penetrating radar (GPR) system allowing the acquisition of both 70MHz and 300MHz data simultaneous (QTY 1). Relevant features include: 1) >100 dB signal-tonoise ratio; 2) significant number of bits >16 bit; 3) scans/second 800; 4) time window 2500ns (low frequency) / 625ns (high frequency); 5) acquisition mode wheel, time, or manual; 6) dual frequency real-time sampling (RTS) capable of being towed up to 80mph with trace collection every 5cm; 7) builtin GPS and seamless integration of any RTK system; 8) moving map with markers updated on the map in KMZ/KML for export; 9) automatic report generation of all targets marked with x, y, z and Lat/Lon and GPS fix quality; 10) wireless antennas (no cables); 11) towable; 12) dynamic gain function (auto gain); 13) 2-year warranty; 14) Android-based app for data acquisition allowing view of single or dual frequency, marker placement, pause/start/stop, data replay; 15) Visualization software; and 16) attachable wheel odometer. The award will be issued in accordance with FAR 13.106(b)(1)(i). The applicable North American Industrial Classification System Code (NAICS) code is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 750 employees. This notice of intent is for information purposes only.� This notice is not a request for competitive quotes or proposals.� A solicitation will not be issued.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� The information submitted must be provided in sufficient detail to demonstrate the vendor�s ability to fulfill this requirement.� The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� A determination by the Government not to compete this requirement on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice.� Responses to this requirement may be submitted to David Ammermann at David.G.Ammermann@usace.army.mil AND Jon-Vincent Holden at Jon-Vincent.S.Holden@usace.army.mil.� The solicitation number shall be included in the subject line of the e-mail submission.� Responses must be received no later than 1:00PM CST July 5th, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ee824ad83cb4ed695930b8526113589/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN07108373-F 20240628/240626230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.