Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SPECIAL NOTICE

R -- Calibration and Rental of Seismographs and Other Technical Services

Notice Date
3/1/2018
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-18-T-7927
 
Archive Date
3/17/2018
 
Point of Contact
Anitra D. Wilson,
 
E-Mail Address
Anitra.D.Wilson@usace.army.mil
(Anitra.D.Wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Engineering Research and Development Center (ERDC), Contracting Office intends to solicit and award on a sole source basis under the authority of FAR 13.106-1(b)(1) to White Industrial Seismology, Inc., 1206 S Schifferdecker Ave, Joplin, MO 64801-3535 (Cage Code: 0UAF9 ) for rental and technical services for seismographs. It has been determined that only one source is reasonably available to fulfill thaaa7is requirement. The NAICS code for this requirement is 541990 with a size standard of $15.0 million. Nature and/or description of the action being approved: The ERDC's Geotechnical and Structures Laboratory has a requirement for calibration services for government owned seismographs. The calibration services are required for seven government owned units. The requirement also includes options for the following: 1. Technical services/troubleshooting on existing government owned White Industrial Seismology Mini Seis Seismographs. 2. Rental of seven additional seismographs compatible to those already owned by the government. 3. Data analysis of data collected from the government owned and the rented seismographs. 4. Final reporting of data collected. Placement and setup of the seismographs will be coordinated between ERDC subject matter experts and contractor personnel. The locations where the work will be performed will include the contractor's facility and locations in Kentucky and Missouri. Identification of statutory authority permitting other than full and open competition: Contracting without providing for full and open competition under this acquisition may be accomplished pursuant to the authority of 13.106-1(b)(1) of the Federal Acquisition Regulations. Demonstration of the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The ERDC has a requirement for rental and technical services from White Industrial Seismology, Inc. during a potential emergency activation of the Birds Point floodway. Activation operations will require the use of White Industrial Seismology, Inc. seismographs which GSL owns and used during the previous activation of the floodway. There is no other equipment that can be used because the data needs to be compared to that previously collected and therefore must be collected on the same seismograph systems. Services are required by this specific manufacturer for field trouble-shooting during the activation and to ensure consistency of data with the prior event. Because the systems are proprietary, only White Industrial Seismology is qualified to trouble shoot and field repair their systems in the event of a seismograph malfunction or error. This notice is not a request for competitive quotes or proposals. A solicitation will not be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. All interested responsible sources who feel they are capable of fulfilling this requirement may submit a capability statement/technical data and pricing information which shall be considered by the agency. The information submitted must be in writing and must be provided in sufficient detail to clearly demonstrate the vendor's ability to fulfill this requirement. The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each. Any information submitted shall be furnished at no cost or obligation to the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the government not to compete this requirement on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. Responses to this requirement shall be submitted to Anitra Wilson at Anitra.D.Wilson@usace.army.mil. The solicitation number shall be included in the subject line of the e-mail submission. Responses must be received by the closing date and time of this notice to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-18-T-7927/listing.html)
 
Place of Performance
Address: Kentucky, Missouri, United States
 
Record
SN04838872-W 20180303/180301230818-305a7b6a176e0798fbce2e8f2bfad10e (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.