SOURCES SOUGHT
99 -- Instron WaveMatric Software
- Notice Date
- 7/24/2018
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-R-0335
- Archive Date
- 8/9/2018
- Point of Contact
- Lauren A Scripps,
- E-Mail Address
-
lauren.a.scripps.civ@mail.mil
(lauren.a.scripps.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command New Jersey-Emerging Technologies Contracting Center, Benet Laboratories, Watervliet Arsenal, NY (ACC-NJ-ET) on behalf of U.S. Army Armament Research, Development & Engineering Center's (ARDEC), Benet Laboratories is contemplating award of one firm fixed price call order to be competed under previously established Blanket Purchase Agreements (BPA) for Mechanical Test Equipment. The contractor shall provide Instron WaveMatrix Software for the Tube Fatigue Laboratory. The estimated total of the order is $13,000.00 and the place of performance will be the government's facility. Description: The source shall provide an updated software package that can control the existing INSTRON console that operates the hydraulic fatigue testing cells #3 in the Tube Fatigue Laboratory including the following: • WaveMatrix Software:  The source shall provide WaveMatrix Dynamic Testing Software for Instron 8800 systems, ElectroPuls and Extend Upgrades (Part #2495-915).  The source shall provide a V8 Console Update (Part# 2495-961) • Communications Upgrade:  The source shall provide a National Instruments´ PCIe-GPIB Board With 4m GPIB Cable and Drivers For Windows 7/10 Professional (32/64bit) and XP Professional Edition (Part #2490-949). • Installation and Training:  The source shall provide standard Hardware Integration and Instruction (tem #1400-052). The contractor shall provide at least four hours of installation, set up and instruction upon receipt of ordered item (s).  The source shall provide Single dynamic software Application Package Introduction OR Console Software Update Introduction. (Item #1450-095).  The source shall review the software application package and user's application needs.  The source shall create and run up to two predefined user tests including sample and specimen parameter inputs, control parameter inputs. This shall determine results/calculations/output options.  The source shall demonstrate test to verify developed test using customer supplied specimen.  The source shall provide instruction on simple modifications to Test Parameters (if applicable).T  The source may use MIL-MDBK-29612-2A - Department of Defense Handbook, Instructional Systems Development/Systems Approach to Training and Education (Par 2 of 5 Parts), 31 August 2001 as a guidance for the development of training instruction (e.g. materials and a briefing), training criteria (e.g., desired learning outcomes and performance goals), and evaluation methods and metrics to verify training effectiveness in accordance with criteria (e.g., performance measurements such as number of tasks correctly completed within a prescribed time and/or an acceptable error rate). • The source shall provide Software Warranty Service (Item #1405-503) for a one year period. Submission Information: This synopsis is not a request for competitive quotes. However, firms who do not have a Blanket Purchase Agreement (BPA) are invited to identify their interest and capability to respond to the requirement by contacting the point of contact on this notice. This notice is set aside for small businesses; however, the government intended to evaluate and award BPAs to responsible small business concerns who are evaluated as capable of meeting the technical requirements. Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous contracts for similar supplies/services and other technical data. As prescribed in FARS 52.204-7, interested parties must be registered with System for Award Management (SAM). Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. The following information is required to register in SAM: Unique Entity Identifier (formerly known as DUNS Number); Tax Identification Number (TIN) and Taxpayers Name; Statistical Information about your business; and Electronic Funds Transfer (EFT) Information. The NAICS Code for this acquisition is 334519. All information is to be submitted in the English language via e-mail only (10MB limit) at no cost or obligation to the Government and will not be returned. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Responses may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your proposal. Responses shall also indicate the size of the business entity; large or small business and indicate which of the technical areas(s) you are addressing in your submission. Please provide name of your firm, address, POC, phone/fax number, and email address. The Government will accept written questions via email only; Telephone inquiries will not be accepted. Submissions and questions should be directed to the following point of contact: US Army Contracting Command, Attn: Lauren Scripps, ACC-NJ-ET, Watervliet Arsenal, 1 Buffington Street Building 40, Watervliet, NY 12189, email -lauren.a.scripps.civ@mail.mil. Interested firms are encouraged to submit their capabilities / qualification data NO LATER THAN COB 1600 Eastern Time on 8 August 2018. The Government will not be issuing a formal Request for Proposal (RFP) as this announcement. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. A contemplation letter/request for proposal (RFP) will be issued to all BPA holders under the commodity for Mechanical Test Equipment. To receive the RFP, an Offeror must submit a response to this posting and be found capable of meeting the technical requirements. It is anticipated that a call order will be awarded on or around 30 September 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86dcb11d621109caae34c19f86a38d1b)
- Place of Performance
- Address: Watervliet, New York, 12189, United States
- Zip Code: 12189
- Zip Code: 12189
- Record
- SN05005622-W 20180726/180724231433-86dcb11d621109caae34c19f86a38d1b (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 |