Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SPECIAL NOTICE

R -- Climatic and Rough Handling Support Services

Notice Date
9/18/2014
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R14T0132
 
Archive Date
9/18/2015
 
Point of Contact
Teresa Beebe, 928-328-2357
 
E-Mail Address
MICC Center - Yuma Proving Ground
(teresa.beebe@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source. The Mission and Installation Contracting Command - Yuma Proving Ground intends to negotiate a firm-fixed price, single-award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract on a sole source basis with Mallory Engineering, Inc., 787 S 950 West, Woods Cross, UT 84087-2079. The climatic and rough handling facilities test chambers have been custom built by Mallory Engineering and integrated with computer control hardware and software upgrades. Test chamber specifications require operating temperatures ranging from -65 to 160 degrees Fahrenheit that can be achieved with specialized equipment. Mallory Engineering has designed and fabricated these test chamber systems to integrated with commercial off the shelve equipment and instrumentation. Custom application software was written by Mallory Engineering using National Instruments LabVIEW Development Software. The time and effort involved for an alternative company to reverse engineer the existing hardware and software that is required to fully understand the complexity of these systems and allow them to diagnose and repair any problem would be time consuming and not considered a cost effective approach. Mallory Engineering has performed upgrades and repairs on the government climatic facilities in the past and is the contractor most familiar with not just the custom mechanical system, but also the custom software applications and the computer control and the network connectivity requirements that are essential for accessing the test chambers through a VPN account that allows for remote monitoring capability. The facilities to be upgraded are heavily used to support test programs. It is important for the total downtime required to perform these upgrades to be as short as possible in an effort to minimize the impact on the sequential test/inspection process that involves a coordinated effort from USAYPG's other environmental test facilities. Any delay in the sequence/schedule on one of these test facilities will impact the test scheduling timeline on all the other facilities involved and can ultimately affect multiple test programs. quote mark This other than full and open competition action is permitted pursuant to FAR 13.106-1(b) soliciting from a single source. The North American Classification System (NAICS) code is 541512 with a standard size of $7.5 Million. This contract will consist of Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Job, Description: Semi-Annual Service; CLIN 0002, Quantity 1, Unit of Issue; Job, Description: Emergency Repairs; CLIN 0003, Quantity 1, Unit of Issue: Job, Description Technical Support; and CLIN 0004, Quantity: 1, Unit of Issue: Job, Description: Contract Manpower Reporting (CMR). Award for this requirement will be in accordance with Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOPALS. A determination by the Government not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements no later than September 22, 2014 08:00 AM MST. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b988f9a05ee7342327abea0ffd7c56e)
 
Record
SN03517289-W 20140920/140918235016-1b988f9a05ee7342327abea0ffd7c56e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.