SPECIAL NOTICE
J -- Notice of Intent to Sole Source to MTS Systems Corporation - Performance Work Statement (PWS)
- Notice Date
- 4/4/2012
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- F4BWY02004A001
- Archive Date
- 4/26/2012
- Point of Contact
- Andrew R. Lawson, Phone: 719-333-4504, Elizabeth Lawson, Phone: 719-333-3929
- E-Mail Address
-
Andrew.Lawson@usafa.af.mil, elizabeth.lawson@usafa.af.mil
(Andrew.Lawson@usafa.af.mil, elizabeth.lawson@usafa.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement The 10CONS/LGCB, Contracting Squadron, USAF Academy intends to award a sole source purchase order to MTS Systems Corporation, 14000 Technology Dr., Eden Praire, MN 55344-2247 USA, for a one year Assured Maintenance Plan (AMP) and an MTS heat exchanger. This is a sole source acquisition of a commercial item using simplified acquisition procedures in accordance with FAR Part 12 and 13. The contract line items are as follows: Base CLINs: 0001 One Year Assured Maintenance Plan 0002 MTS Heat Exchanger to repair MTS Hydraulic Power Unit Option CLINs: 1001 One Year Assured Maintenance Plan Minimum Requirements: Assured Maintenance Plan - Onsite Services: · Annual Calibrations on nine (9) each Servo-Hydraulic (SH) frames and six (6) each Electro-Mechanical frames covering force, displacement, and speed and displacement calibrations. · Routine Maintenance (RM) Program on the following equipment: • 500 hour, 1000 hour, 1500 hour, and 2000 hour RM on the seven (7) each MTS SH frames • 500 hour, 1000 hour, 1500 hour, and 2000 hour RM on the 505.90 Hydraulic Power Unit • 2000 hour RM on the six (6) each EM frames • 2000 hour RM on the four (4) each controllers · Quarterly Fluid Care Oil Sampling Program on the 505.90 HPU. · Extended Warranty coverage on the seven (7) each MTS SH frames, four (4) each MTS controllers, and one (1) each MTS 505.90 HPU. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-56, effective April 2, 2012. The North American Industry Classification System Code (NAICS) is 811219 and the small business size standard is $19,000,000. Sole Source Justification: Market research and a previous attempt to go full-and-open competition on the above effort shows that only MTS is able to perform all of the above stated requirements. A solicitation was recently posted for the performance of all above requirements plus - two additional SATEC servo-hydraulic load frames in the Performance Work Statement that are not included in the above description. Three companies provided offers, but none could meet every requirement in the PWS. All offerors proposed to perform calibration on all load cells/LVDTs. The MTS HPU is the most critical component in the system, as it powers all but six frames in the laboratory. MTS is the only vendor that can include extended warranty coverage for all parts and labor for repairs for the seven MTS servohydraulic frames, the MTS HPU, and four MTS controllers. The seven MTS servo-hydraulic load frames and the associated MTS HPU are by far the most maintenance-intensive and expensive-to-maintain components of the mechanical testing systems in the laboratory. As revealed by the recent attempt at full-and-open competition, other offers are not able to provide the necessary routine maintenance and repairs required of these items. Splitting out the other requirements in a separate solicitation is not in the government's best interest. the items that would be split off impose a relatively low maintenance burden, making pay-as-you-go maintenance more advantageous than a service contract. Administrative cost of managing multiple contracts would not be recovered by splitting the requirements into multiple efforts so that parts of the effort could be competed. The government performed a thorough search of both small and large business who could potentially perform all requirement in the attached PWS. The government contacted and reviewed 12 small businesses and three large businesses under NAICS code 811219. Delivery is to be made to the U.S. Air Force Academy, CO 80840. This synopsis is for notification purposes only and THIS IS NOT A REQUEST for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can meet the governments requirements for this acquisition have the burden and responsibility to provide documentation that substantiates their services are equal to or better by demonstrating their service agreement, at a minimum, provides the same services as defined by the sole source provider. The offeror should provide an understandable comparison between the two services along with brochures, specifications, and any other useful information for government consideration. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement can be conducted. A determination that equal services exist based on responses to this notice is solely within the discretion of the Government. Responses must be received by 1200 pm Mountain Standard Time, 11 April 2012 at 10 CONS/LGCB. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Questions should be addressed to the Primary POC Andrew Lawson, Contract Specialist, (719) 333-4504 or sent via e-mail to andrew.lawson.2@us.af.mil. Alternate POC is Elizabeth Lawson, Contracting Officer, (719) 333-3929, elizabeth.lawson.1@us.af.mil. 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number: 719-333-2074 Fax: 719-333-9018 Email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Primary Point of Contact: Andrew Lawson Secondary Point of Contact: Elizabeth Lawson Contracting Office Address: 8110 Industrial Drive, Suite 200 USAF Academy, Colorado 80840-2315 United States Place of Contract Performance: USAFA USAFA, Colorado 80840 United States Allow Vendors To Add/Remove From Interested Vendors: Yes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWY02004A001/listing.html)
- Place of Performance
- Address: USAFA, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02714178-W 20120406/120404235718-0b344c91de350c3a88c718455229c745 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |