Posted: April 9, 2025, 2:31 p.m. EDT
Solicitation #: W91ZLK-25-Q-A002
Procurement Type: Special Notice
Title: Procurement of DEWESoft Sirius Data Acquisition System
NAICS Code: 334515- Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
Is this a Recovery and Reinvestment Act Action? No
Response Date: 06 May 2025 at 12:00 PM Eastern
Primary Point of Contact: Tiffany D White, Contract Specialist
Description:
This is a notice of intent to award a sole source contract pursuant to Federal Acquisition Regulation FAR Part 06 Competition Requirements for Other than Full and Open Competition. The ACC-APG Tenant Contracting Division, Aberdeen Proving Ground, MD intends to award a Firm-Fixed Price sole source contract to DEWESoft LLC (Cage Code 6QTJ8, Small Business)
The U.S. Army Contracting Command (ACC), Installation and Technology Division, Aberdeen Proving Ground (APG), 6472 Integrity Court, Aberdeen Proving Ground, Maryland 21005 has a requirement to procure the following Supply of DEWESoft Sirius Data Acquisition System.
*Please refer to the attached Statement of Work for detailed information of what's required and expected for this.
The contractor is the sole design, engineering, and original equipment manufacturer (OEM) and sole distributor of the above listed DEWESoft Sirius Data Acquisition System.
The North American Industry Classification System (NAICS) for this requirement is 334515. Posting date of this requirement is 07 April 2025. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.
Interested persons may identify their interest and capability to respond to the requirement no later than 06 May 2025 at 12:00 PM Eastern Time. Any response to this notice must show clear and convincing evidence that competition will be advantageous to the Government.
This is not a Request for Quote. This is a written notice to inform the public of the Government's intent to award on a sole source basis the required services.
Any questions regarding this notice must be submitted to Tiffany D White, Contract Specialist, tiffany.d.white23.civ@army.mil NLT 29 April 2025 12:00 PM Eastern Time.
TELEPHONE REQUEST CANNOT BE HONORED.
*Please Note: "System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM."
The following clauses and provisions are incorporated by reference:
52.202-1 Definitions JUN 2020
52.203-3 Gratuities APR 1984
52.204-7 System for Award Management OCT 2018
52.204-10 Reporting Executive Compensation and First- Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities DEC 2023
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-27 Prohibition on a ByteDance Covered Application JUN 2023
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded JAN 2025
52.211-17 Delivery of Excess Quantities SEP 1989
52.212-3 Offeror Representations and Certifications- Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025)
52.212-4 Contract Terms and Conditions--Commercial Items NOV 2023
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JAN 2025) (DEVIATION FEB 2025)
52.213-4 Terms and Conditions- Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (JAN 2025) (DEVIATION FEB 2025)
52.219-28 Post award Small Business Program Rerepresentation JAN 2025
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2025
52.222-50 Combating Trafficking in Person NOV 2021
52.225-1 Buy America-Supplies OCT 2022
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.233-1 Disputes MAY 2014
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.243-1 Changes--Fixed Price AUG 1987
52.246-16 Responsibility For Supplies APR 1984
52.247-34 F.O.B. Destination NOV 1991
52.249-8 Default (Fixed-Price Supply & Service) APR 1984
52.252-2 Clauses Incorporated By reference FEB 1998
52.252-6 Authorized Deviations in Clauses NOV 2020
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7006 Billing Instructions--Cost Vouchers MAY 2023
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2023
252.219-7011 Notification to Delay Performance JUN 1998
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7001 Buy American And Balance Of Payments Program-- Basic FEB 2024
252.225-7007 Prohibition on Acquisition of Certain Items From Communist Chinese Military Companies DEC 2018
252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013
252.225-7012 Preference For Certain Domestic Commodities DEC 2017
252.225-7015 Restriction on Acquisition of Hand Or Measuring Tools JUN 2005
252.225-7021 Trade Agreements--Basic FEB 2024
252.225-7048 Export Controlled Items JUN 2013
252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services DEC 2022
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023
252.227-7015 Technical Data--Commercial Items JAN 2025
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7007 Limitation Of Government's Obligation APR 2014
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.247-7023 Transportation of Supplies by Sea OCT 2024
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
Posted: April 7, 2025, 3:45 p.m. EDT
Background
The U.S. Army Contracting Command (ACC), Installation and Technology Division, Aberdeen Proving Ground (APG), intends to award a Firm-Fixed Price sole source contract to DEWESoft LLC, a small business and the sole design, engineering, and original equipment manufacturer (OEM) of the DEWESoft Sirius Data Acquisition System.
This contract is necessary to meet the specific requirements of the Aberdeen Test Center (ATC) Ballistic Instrumentation Division, which has recently replaced its fleet of Data Acquisition Systems. The DEWESoft Sirius system is uniquely qualified to satisfy agency requirements due to strict electrical specifications and operational needs that no other vendor can meet. The contract aims to facilitate rapid procurement of necessary equipment as future needs evolve.
Work Details
The contractor shall provide the DEWESoft Sirius Data Acquisition System and associated peripherals with specific characteristics:
- Electrical:
- Effective Number of Bits: 13, ideally 16
- Sample Time Propagation: +/- 2 samples
- Common Mode Rejection Ratio: -80dB
- Sample Rate: 1M Samples Per Second
- Crosstalk: -80dB, ideally -100dB
- Physical:
- Temperature Range: -30 to 40 °C
- Minimum of 128 Channel count, expandable to 500 without software changes
- Universal inputs for Voltage, IEPE, Charge, and Thermocouple inputs
- In-house calibration capability for amplifiers
- Watertight/Ruggedized version must be IP67 or IP68 rated or equivalent; shock resistant up to 90G's. No separate amplifier family for waterproof versions.
- Operational:
- DAS software included with hardware without annual license repurchase; allows open-source API programming.
- Both hardware and software triggers required.
- Simultaneous data sampling is mandatory.
- Verification and Validation must have been performed at ATC on the hardware.
- Compatibility with existing Dewesoft hardware and software developments is essential.
Period of Performance
The contract is expected to start in April of 2025 and will be structured as a five-year Indefinite Quantity Indefinite Delivery (IDIQ) contract.
Place of Performance
Items will be delivered to the USA Aberdeen Test Center located at 6850 Lanyard Rd, Aberdeen Proving Ground, MD 21005.