The RFP Database
New business relationships start here

Hydrographic Instrumentation


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION: 
In accordance with FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, the United States Geological Survey (USGS), Hydrologic Instrumentation Facility (HIF) intends to award a single-source Blanket Purchase Agreement, to In-Situ, Inc., located in Fort Collins, Colorado, for water quality and pressure sensing instruments, and the maintenance, repair, and calibration of such instruments, to be delivered to Bay St. Louis, Mississippi, for a period of 2.5 years from the date of award. There are no option periods. 
CONTRACTING WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION: 
The USGS HIF supports the collection of hydrologic data throughout the USGS by evaluating, procuring, and quality-assuring a wide variety of specialized instruments and equipment. USGS hydrologic data is collected, maintained, and interpreted by USGS State Water Science Centers throughout the United States and its territories. In aggregate, these Water Science Centers operate networks over 7500 continuous record stream gages, 10,000 ground water level monitoring stations, and 2500 water quality stations. Data collected from these monitoring sites are widely used by resource managers, regulators, scientists, engineers, consultants, and the general public to effectively and responsibly use and manage the nationAls water resources. All data are collected using standard techniques and methodologies, are subjected to rigorous quality assurance checks, and are maintained in a national database containing records that date back to the 19th century. These data are publicly available via the internet, and are extremely valuable because they can be directly compared across broad spatial and temporal scales.
All equipment and instruments to be procured under this contract are commercial items that are essential components of the USGS national stream gaging network described in the preceding paragraph. This network, and the data it produces, is a major element of the overall mission of the USGS. The equipment and instruments required for the operation of this network are highly specialize and must meet rigorous requirements for accuracy, operation in demanding field conditions, and interoperability with existing network infrastructure. These instruments and equipment are essential to the effective operation of the network and are also needed to add new stations as programs evolve. In every sense of the term this network is a major system that represents a major investment of resources through time by the agency. 
It is very likely that an award to another source would result in substantial duplication of cost that would not be made up from any savings associated with competition. Based market research, historical data, and consultation among USGS water science centers, the total estimated duplication cost associated with each piece of equipment ranges anywhere from $200,000 to $400,000. Additionally, data from the stream gaging network are used for multiple purposes, including decision-making during flooding that can affect life and property. Consequently, the USGS may face legal liability should a key station data not be available or of compromised quality owing to unfamiliar or poorly performing network components. For the aforementioned reasons, as well as the continuity of scientific data, that In-Situ, Inc. was determined to be the only vendor capable of meeting this requirement. 
Pursuant to FAR Subpart 13.501(a)(1)(iii) the justification (excluding brand name) will be made available within 14 days after contract award. 
The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501 (a). All responsible sources may submit a bid, proposal, or quotation no later than 20 July 2019, which shall be considered by the agency. However, this notice of intent is not a request for competitive proposals. Information received will normally be considered solely f or the purpose of determining whether to conduct a competitive procurement. An award will be made on or about 30 July 2019. 
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: 
The NAICS code is 334513. The size standard is 750 employees. 
QUESTIONS AND INQUIRIES: 
Questions must be submitted in writing to Lane Jones at lanejones@usgs.gov (reference no. 31030026 in the subject line).
Contracting Office Address: 
USGS OAG RESTON ACQUISITION BRANCH 
205 NATIONAL CENTER 
12201 SUNRISE VALLEY DRIVE 
RESTON, VA 20192



LRJones LRJones, Contract Specialist, Phone 7036487349, Email lanejones@usgs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP