SPECIAL NOTICE
66 -- Notice of Intent to Sole Source, Data Acquisition Unit for ERDC GSL
- Notice Date
- 6/11/2025 1:17:17 PM
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ25N4828
- Response Due
- 6/18/2025 2:00:00 PM
- Archive Date
- 07/03/2025
- Point of Contact
- Jennifer Hoben, David Ammermann
- E-Mail Address
-
Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil
(Jennifer.Hoben@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 sole source award to Hi-Techniques Inc. (CAGE Code: 0FCR6) to procure a benchtop model data acquisition unit (DAQ) chassis that accommodates up to eight modules (up to 64 data channels total). The required items are as follows: one Data Acquisition (DAQ) Unit: DAQ Chassis with associated hardware, one IEEE-1588 Sync, one Power Supply for Data Acquisition Unit, one Controlling Software, four Universal Input Modules for Data Acquisition Unit, and four Data Acquisition Unit Plugs for Universal Input Modules. The modules must be able to sample at rates up to 2-million samples per second (2MS/s) with 24-bit data resolution. They must also use successive-approximation-register (SAR) digitizers to convert data from analog to digital format. For anti-aliasing filter options, the modules must include: 1) a base 1 MHz bandwidth filter, 2) an optional 10-pole analog filter with a bandwidth of 200 kHz, and 3) multiple programmable digital filters. Modules must be capable of interfacing with a variety of sensors, including integrated electronics piezoelectric (IEPE) sensors, thermocouples, and bridge sensors. Modules must be able to supply current to IEPE sensors in amounts ranging from 2 mA � 20 mA. Modules must also have variable sensor input ranges, with a minimum value of +/- 10 mV to a maximum value of +/- 50 V. All setup, digital filter programming, and controlling shall be performed using a software included in this procurement. All data must be recorded, accessible through the included software, and exportable via Nicolet (.wft) and Comma Separated Values (.csv) file formats. Hi-Techniques Inc. is the sole manufacturer of the Nighthawk DAQ which is the only data acquisition unit capable of meeting the government�s unique requirement. Therefore, the Government intends to award a Firm-Fixed price contract to Hi-Techniques Inc. in accordance with FAR 13.106-1(b)(1)(i). Hi-Techniques Inc. is a small business concern under the applicable NAICS code 334519, Other Measuring and Controlling Device Manufacturing, with a size standard of 600 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 Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil no later than 4:00 PM CST Wednesday, 18 June 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/70e85c9cf69349c1b36898d75896155a/view)
- Place of Performance
- Address: Vicksburg, MS, USA
- Country: USA
- Country: USA
- Record
- SN07473331-F 20250613/250611230040 (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 |