Supply Purchase for Salinity Intrusion Modeling Effort
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, through the Engineer Research and Development Center (ERDC) - Coastal and Hydraulics Laboratory (CHL), is soliciting quotes for a Supply Purchase for Salinity Intrusion Modeling Effort. This Combined Synopsis/Solicitation (RFQ) seeks to procure various materials and equipment to support a physical section model study aimed at understanding near-field hydrodynamics and preventing upstream salt wedge migration in the Mississippi River. This opportunity is a Total Small Business Set-Aside. Quotes are due by April 10, 2026, at 7:30 PM UTC.
Purpose & Scope
This requirement supports the CHL's Salinity Intrusion Modeling Effort, specifically a Section Model Study. The objective is to better understand stratified flow conditions near Mississippi River sills to develop efficient designs for preventing upstream salt wedge migration. The procurement involves a wide range of supplies, including specialized equipment and general materials, for this critical research.
Key Requirements
The solicitation requires the procurement of specific equipment and materials, often on a "Brand Name or Equal" (BNOE) basis, as detailed in the CLIN Pricing Schedule and Brand Name Justification. Key items include:
- Laboratory & Measurement Equipment: Welding curtains, network cameras, water tracer dyes, seed material, density/conductivity/refractive index meters, level loggers, rotational viscometer, pressure transmitters, IQ SensorNet sensors and controller.
- Actuators & Controls: Electric actuated brass ball valves, manual rotary sluice valves, industrial/heavy-duty linear actuators, motor controllers, switching power supplies.
- Piping & Materials: Various PVC pipes, fittings, flanges, caps (3", 4", 6"), HDPE sheets, steel threaded rod, aluminum sheets, plastic open-top batch storage tanks.
- Chemicals & Consumables: Glycerin, table salt.
- Data Acquisition & IT: National Instruments data acquisition modules, chassis, monitors, accessories, data/Category cables, RJ45 connectors, outdoor network cabinet enclosure. A standard commercial warranty is required for all items.
Contract Details
This is a Request for Quote (RFQ), with the Government intending to award a single Firm-Fixed Price purchase order. Delivery is required within 30 days of contract award, with shipping terms as FOB. Deliveries must be made to the Engineer Research and Development Center, Coastal and Hydraulics Laboratory, Vicksburg, MS.
Set-Aside
This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5).
Submission & Evaluation
Offerors must be registered in SAM.gov prior to the response date. Quotes, including a completed CLIN Pricing Schedule and a quote on company letterhead, must be submitted electronically to william.t.rawe@usace.army.mil and chl-ct-quotes@usace.army.mil. The company letterhead quote must include the solicitation number, contact information, unit price, UEI, and business size. Evaluation will be based on Lowest Priced Technically Acceptable (LPTA) criteria, considering:
- Completeness: Quotes must contain all requested information.
- Price Evaluation: Prices will be evaluated for each line item, including discounts, for reasonableness.
- Technical Evaluation: Technical information will be reviewed against minimum specifications, demonstrating how requirements are met or exceeded.
- Past Performance: Reviewed using Government information systems for eligibility, but not rated. For "Brand Name or Equal" items, offerors must clearly identify the item, provide descriptive literature, and detail any modifications to meet salient characteristics. Questions must be submitted in writing no later than 3 days prior to closing.
Key Dates & Contacts
- Response Due Date: April 10, 2026, 7:30 PM UTC
- Published Date: March 23, 2026
- Primary Contact: William Rawe, william.t.rawe@usace.army.mil
- Secondary Contact: Christine Shuck, christine.l.shuck@usace.army.mil