Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2017 FBO #5557
SOURCES SOUGHT

66 -- Towing Dynamometer - Draft Specifications

Notice Date
2/7/2017
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-17-T-0003
 
Archive Date
3/1/2017
 
Point of Contact
Erik Reta, Phone: 928-328-6163
 
E-Mail Address
erik.m.reta.civ@mail.mil
(erik.m.reta.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for towed dynamometer on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to Taylor Dynamometer, Inc. located at 3602 W Wheelhouse rd, Milwaukee, Wi 53208-2274. This requirement is for a quantity of one (1), model number: RS-60K towing dynamometer is a trailer-type vehicle used in a towing configuration to apply a measured load to a vehicle to simulate forces generated during travel over road profiles involving grades, hills and mountains. Towing dynamometers are generally designed for use in a controlled environment on a level test track to assess vehicle performance characteristics such as power, speed, and cooling ability. Specifically this unit will fill a gap in testing capabilities in not being able to support speed on grade testing for vehicles requiring greater than 2250 pounds of force at speeds in excess of 30 miles per hour. This dynamometer will be used with specialized military test vehicles and there are requirements to perform similar testing at Aberdeen Test Center on the same vehicles or identical test vehicles. This equipment must work in homogeneity with existing RS-10K and RS-25K systems in order to provide output data from both testing locations with identical control software. The statutory authority for the sole source procurement is 41 United States Code 1901 as implemented by Federal Acquisition Regulation (FAR) 13.501 (a) (ii) Test Program for Certain Commercial Items. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is NAICS code 334519 - Other Measuring and Controlling Device Manufacturing. The size standard for NAICS code for 334519, size standard in number of employees is 500. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft to acquiring the identified items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/64a78400cb7c26b1470f305920fa81c7)
 
Place of Performance
Address: Yuma Proving Ground, 301 C Street, Yuma, AZ 85365, Yuma, Arizona, 85365, United States
Zip Code: 85365
 
Record
SN04393397-W 20170209/170207234656-64a78400cb7c26b1470f305920fa81c7 (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.