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 (USACE ERDC) is soliciting quotes for supplies required for a Salinity Intrusion Modeling Effort in Vicksburg, MS. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quote (RFQ), with the intent to award a single Firm-Fixed Price purchase order. The award will be made to the Lowest Priced Technically Acceptable offeror. Quotes are due by April 13, 2026.
Scope of Work
This procurement is for specialized equipment and materials to support the Coastal and Hydraulics Laboratory (CHL) at the Engineering Research and Development Center (ERDC) in their Salinity Intrusion Section Model Study. The objective is to better understand near-field hydrodynamics of stratified flow conditions near Mississippi River sills to develop efficient designs for preventing upstream salt wedge migration.
Key items required include:
- Welding curtains and frames, network cameras, water tracer dyes, and seed material.
- Various meters (density, conductivity, refractive index), level loggers, and a rotational viscometer.
- Electric actuated brass ball valves, manual rotary sluice valves, industrial/heavy-duty linear actuators, motor controllers, and switching power supplies.
- PVC pipes, fittings, flanges, caps, HDPE sheets, steel threaded rod, and aluminum sheets.
- Data and Category cables, RJ45 connectors, and pressure transmitters.
- Plastic open-top batch storage tanks, glycerin, and National Instruments data acquisition modules, chassis, monitors, and accessories.
- An outdoor network cabinet enclosure and IQ SensorNet sensors and controller.
Delivery is required within 30 days of contract award, FOB, to the Engineer Research and Development Center, Vicksburg, MS.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5680 - Miscellaneous Construction Materials
- Award Type: Single Firm-Fixed Price Purchase Order
- Place of Performance/Delivery: Vicksburg, MS
- Authority: DFARS 211.204 and Section 888 of FY 2017 NDAA for Brand Name Justification.
Evaluation Factors
Award will be based on the Lowest Priced Technically Acceptable (LPTA) offer. Quotes will be evaluated for:
- Completeness: All information requested in the addenda to FAR 52.212-1 must be provided; incomplete quotes may be considered non-responsive.
- Price: Evaluated for each line item, including discounts, to ensure reasonableness. Failure to propose for any line item may result in a non-responsive quote.
- Technical: Review against minimum specifications to determine if the information provided meets or exceeds requirements. Quotes failing to meet minimum technical requirements will be ineligible for award.
- Past Performance: Reviewed using Government information systems for eligibility, but will not receive a rating.
- Brand Name or Equal (BNOE): Offers for "equal" products must meet salient physical, functional, or performance characteristics, clearly identify the item (brand, make/model), include descriptive literature, and describe any modifications. The Contracting Officer is not responsible for locating information not provided by the offeror.
Submission Requirements
- Quotes Due: April 13, 2026. Signed electronic quotes must be submitted to william.t.rawe@usace.army.mil and chl-ct-quotes@usace.army.mil.
- Content: Quotes must be on company letterhead and include the solicitation number, contact information, unit price, UEI, and business size. Pricing must be provided using the attached "CLIN Pricing Schedule."
- Questions: Requests for clarification must be submitted in writing no later than 3 days prior to closing, emailed to the point of contact, referencing the solicitation number. Answers will be posted on SAM.gov.
- SAM Registration: All offerors must be registered in the System for Award Management (SAM) prior to the response date.