- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Notice of Intent for use of Brand Name-GeoKon Pressure Transducers with LORA and Cellular Data Loggers
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OR. Response deadline: Apr 17, 2026. Industry: NAICS 334513 • PSC C219.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 334513 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 46 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334513
Description
The U.S. Army Corps of Engineers (USACE) Seattle District (NWS) intends to issue an Architect-Engineer (AE) task order under the Firm-Fixed Price (FFP)/Cost Plus Fixed Fee (CPFF) Multiple Award Task Order Contract (MATOC) W912DQ24D3010 to W912DQ24D3017. This remedial design (RD) project is for the U.S. Environmental Protection Agency (EPA) at the Silver Butte Adit/Waste Rock Dump area of the Formosa Mine Superfund Site in Douglas County, Oregon. It will include the following brand name item: Geokon® Pressure Transducers with LORA (low power radio) and Cellular Data Loggers. The rationale for selecting this brand name is for intersystem operability. The site currently uses a GeoNet platform, and this monitoring system must be able to be integrated and transmit real-time data to that existing system.
Seattle District is seeking manufacturers pertaining to radio and/or cellular telemetry for monitoring well data logging systems, and whether any systems or system parts can be made compatible with the GeoNet Platform wireless data hosting system.
Products/systems must comply with RFO provision 52.225-12 and RFO clause 52.225-11 as referenced below.
Applicable NAICS are:
334513 Water quality monitoring and control systems manufacturing - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
GENERAL AND TECHNICAL REQUIREMENTS: The identified brand/manufacturer named items are intended to continuously measure water levels in designated wells and tie into the existing GeoNet platform. The attached specifications identify the salient characteristics of the pressure transducer monitoring system that needs to transmit data to the GeoNet platform.
BUY AMERICAN STATUTE REQUIREMENTS:
Compatible system(s) must comply with Provision 52.225-12. Notice of Buy American Requirement-Construction Materials Under Trade Agreements, and Clause 52.225-11, Buy American-Construction Materials under Trade Agreements.
SUBMISSION REQUIREMENTS:
Manufacturers and/or suppliers responding to this announcement shall verify that the products/systems satisfy the general requirements indicated in the attach specifications. A catalog cut of the items with technical specifications demonstrating compliance is requested to be included with the response. In addition, please provide cost and place (State(s)) of manufacture for each item. Responses should be submitted to the indicated point of contact with company name, address, and point of contact including phone number and email address.
This Notice of Intent is not a request for competitive proposals. All responsible sources may identify their interest and submit clearly articulated product information. Product information provided will be considered solely at the discretion of the Government. Reponses must be received by COB 17 April 2026 Pacific time to be considered.
The Government will not be responsible for any cost incurred in preparation of your response. Submit response and questions to this notice to Contract Specialist Jacanna Wyatt, jacanna.f.wyatt@usace.army.mil.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.