Skip to main content

An official website of the United States government

You have 2 new alerts

59--RAWS FTS PARTS AND SENSORS, FY25

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Jan 31, 2025 02:11 pm EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 01, 2025
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate with only one source, Forest Technology Systems (FTS), 1065 Henry Eng Place, Victoria, B.C., for RAWS Sensors and Repair Parts (FY25). FTS parts have been tested and certified by the manufacturer as replacement parts specifically for RAWS equipment. The following is the full list of anticipated sensors and parts for acquisition:

Product Code Description QTY
11214 Solar Rad Sensor Retaining Ring 75.00
11213 Solar Rad Sensor Housing 50.00
12721 SDI SOLAR RAD CIRCUIT BOARD 85.00
11212 Solar Rad Sensor Baseplate 50.00
11405 Cast And Machined RG-T Base 7.00
12654 RG Injection Moulded Tipper WIth Pin and Magnet 120.00
12705 TRILEG RAIN GAUGE MOUNT 5.00
12786 Machined THS3 Porex Filter 500.00
11666 Rotronic HygroMer IN-1 Humidity Wafer 250.00
12784 Assembled THS3 Circuit Board 30.00
11477 CONN HEADER 2x5 0.05" PITCH PLUG RA PCB 150.00
11324 THS-3 Sensor Cable Interface 100.00
11542 FS-3 Adaptor Gasket 300.00
12537 Interconnect Header, .100Grid; Straight Pin Header 150.00
12191 LOUVER, SOLAR SCREEN, WHITE 50.00
12709 THS-3 Top Cap Subassembly 250.00
12775 Assembled THS3-ADAPT Circuit Board 10.00
11383 QD2 Solar Panel Strut 2.00
11639 NEC Touch Screen Display 12.00
12190 CAP, SOLAR SCREEN, WHITE 25.00
F7-G6-AX-AT- QD Axiom F7 Datalogger with G6 GOES Satellite Transmitter,
AuxCom, and QD Mechanical Configuration 1.00
SDI-WS-RMY- QD Wind Speed & Direction,SDI,QD Mount, 14.5ft 1.00
GPS- ANTENNA-WP GPS Antenna, Top of Cabinet Mount, Cable, 19.5ft 1.00
QD2- ENCLOSURE- 1 Quick Deploy Enclosure with Tripod Legs 1.00
QD2-20W- POWER-1 Quick Deploy Power Supply, Solar Panel, Batteries 1.00
QD2-SHIP- CASES Quick Deploy Station Shipping Cases (2) 1.00 1.00
SDI-SR-PYR- QD2 Solar Rad Sensor, SDI, Sun/Sky, QD Mount, 7ft Cabl 1.00
RVT2-P150- QD2 RVT2/P150 RADIO ASSEMBLY 1.00
CBL-F6H2-AC F6 & H2 AC CHARGING CABLE ASSEMBLY 1.00
FUEL-ADAPT- QD-1 Fuel Stick Mount, Quick Deploy Station 1.00
FS-3-1 Fuelstick Moisture Sensor, 12 ft Armoured Cable 11.00
QD-HT-EXT Quick Deploy Mast Height Extender, 30" 1.00
THS-3-7 Temp Humidity Sensor, QD MouLouvers/6ft Cable 1.00
RG-T-QD Rain Gauge, QD Mount, 20 ft Armoured Cable 1.00
FTS-USB- MANUAL FTS Product and Systems User Manuals 1.00
12167 Faceplate Bezel Display Sealing Spacer 10.00
GOES- ANTENNA- EON2-KIT GOES Antenna, Cable 5.00
EON2- AIMABLE- MOUNT EON2 Aimable Mount 5.00

This action is authorized by and in accordance with FAR 6.302.1. The Government believes that the only responsible source capable of satisfying the agency¿s requirement is FTS. A Justification for Other than Full and Open Competition has been prepared in support of this acquisition. The estimated value of this acquisition is $173,246.75. No Request for Quotation (RFQ) will be issued, and no response will be made to letters or telephone requests for a copy of the solicitation. This is not a request for competitive quotes, but serves as a procurement notice to fulfill public posting requirements in accordance with FAR 5.101(a)(1). The requirement is unrestricted and the NAICS code 334513 applies. Responsible firms believing they can provide the required items are encouraged to identify themselves and give written notification to the Contracting Officer referencing action 140L3725Q0013. However, they must provide convicting evidence that they can furnish the requested items at a cost that will not exceed the total estimated transaction cost. All responses will be fully considered. If no affirmative responses are received by 5pm Eastern on February 14th, 2025 to the effect that a comparable source exists, an order will be placed with FTS for the requirement stated here. Questions concerning this acquisition may be directed to Contracting Officer, Casey Boyd, cmboyd@blm.gov.

Contact Information

Primary Point of Contact

  • Boyd, Casey
  •   cmboyd@blm.gov
  •   Phone Number 0000000000
  •   Fax Number 2083875414

Secondary Point of Contact





History