SPECIAL NOTICE
42 -- Ruffwater Screen and Turbidity Curtain
- Notice Date
- 8/22/2025 10:30:21 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ25QA010
- Response Due
- 8/27/2025 12:00:00 PM
- Archive Date
- 09/11/2025
- Point of Contact
- Crystal Elizabeth North, SONIA BOYD, Phone: 6017510822
- E-Mail Address
-
crystal.e.north@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL
(crystal.e.north@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.601(b)(1)(i)) with Elastec Inc., 1309 W. Main ST, Carmi, Illinois 62821-1389 for the supply of a Ruffwater Screen & Turbidity Curtain. Engineer Research and Development Center (ERDC) Environmental Laboratory (EL), Aquatic Ecology and Invasive Species Branch (EEA) has a need for a Custom Ruffwater Screen and Turbidity Curtain to perform field studies as part of ongoing research. The Ruffwater Screen and Turbidity Curtain must be available for delivery to the field studies site in Pomeroy, Washington. This requirement will advance research ongoing within the EEA. The EL requirement is to purchase a Ruffwater Screen & Turbidity Curtain that meets the following conditions: Part Number QTY Description 018005017 10 Ruffwater Screen Type 3 � 17� (5.2m) depth in 50� (15m) REEFLINE1630 500 Turbidity Screen Reefing System for Skirts up to 16�-30- deep 05100040G 18 Anchor Kit 40lb with Galvanized Cable 0541812F 2 Tow and Anchor Bridle with Bullet Float for Ruffwater Curtain N/A 1 Transportation / Delivery 1 Optional 10 � 40ft. Container 1 Optional On Site Instruction from Factory Reps Anchor Kit to include � 40lb/18kg Danforth type galvanized steel anchor with safety wired galvanized shackle � 8ft/ 2.43mX 3/8� (10mm) galvanized steel chain lower rode. � 60ft / 18m X 5/16� galvanized cable upper rode with thimbles. � Buoy � standard 15� / 38 cm inflateable � 6ft / 1.82m x 5/16� galvanized cable printer rope with thimble and SS shackle. Additional criteria to be met � Sections of curtain will not exceed 200 feet and be provided in various lengths (ft) such as 20-, 50-, or 100-feet sections to meet the total length needed for projected test scenarios requiring up to 500 ft. of curtain. 50- and 100-feet sections are preferred. � Minimum type III containment curtain with zipper and Velcro sealable seams between sections of curtain or acceptable alternative to minimize water seepage or leakage at seams. Overall design of the curtains is to prevent loss of water in containment treatment scenarios to maximize retention of dye (mimicking pesticide) to research and develop the lowest possible water exchange rate over time. � Curtains must be able to be exposed to pesticides (label dependent concentrations) and red rhodamine WT dye (NSF compliant). This list of pesticides or chemicals is not all inclusive; but are the typical chemicals used for the treatment of invasive mussels and aquatic plants. Pesticide Active Ingredients: Copper, Potash Ash (Potassium Chloride (KCL), Potassium hydroxide (KOH), Potassium Sulfide (K2SO4), 2,4-D, Endothall, Diquat, Glyphosate, Fluridone, Peroxides, Triclopyr, Imazapyr, Carfentrazone, Penoxsulam, Imazamox, Flumioxazin, Bispyribac, Topramezone, Sethoxydim, Florpyrauxifen, Chlorine, Zequanox, and Ultraviolet light (UV-B and UV-C). � Curtains need to be able to be deployed in place for up to 30 to 45 days, with minimal routine maintenance and limited placement adjustment. Curtains put in place need to be able to withstand 1-fo EL/F PAN 025048 SUPPLY RUFFWATER SCREEN AND TURBIDITY CURTAIN ot fluctuations of reservoir pool elevations and be able to adjust depth of curtains to try to match the contour of river/cove bottom (reefing type system). Projected deepest depth of site for test scenarios is 17 feet. Recommend curtains being 18 to 20 feet depth. � Optional: Curtains should have screen windows and be able to be constructed at various sizes and locations (near top, bottom, or middle) within the curtain to meet the needs for slow release of containment area and suitable to be tested for filtering of dye, to mimic pesticide, with either an activated carbon type/screen or acceptable alternative. � Curtains will be provided in a field sealable container like a Connex box with adequate size to house the curtains and all its necessary components. � Vendor shall provide a final proposed development designs with the PDT team prior to manufacturing of the curtain. This acquisition is being conducted under FAR 13.601(b)(1)(i). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 237990, Dredging and Surface Cleanup Activities with a Small Business Size Standard of $37M. 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 items. All capability statements received by the closing date of the 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 Crystal.E.North@usace.army.mil and Sonia.J.Boyd@usace.army.mil. Statements are due by 2:00 PM Central Time Wednesday, August 27, 2025. No phone calls will be accepted. Point of Contact Crystal North, Contract Specialist, Email Crystal.E.North@usace.army.mil Sonia Boyd, Contracting Officer, Email Sonia.J.Boyd@usace.army.mil Place of Performance Address: 10152 State Road 127 Pomeroy, WA Postal Code: 99347-8643
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ad14b1ff03f4298b94063180122ea32/view)
- Place of Performance
- Address: WA 99347, USA
- Zip Code: 99347
- Country: USA
- Zip Code: 99347
- Record
- SN07562642-F 20250824/250822230039 (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 |