SOURCES SOUGHT
59 -- Accelerometer Workstation Phase 2
- Notice Date
- 3/31/2020 2:08:39 PM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
- ZIP Code
- 76544-5025
- Solicitation Number
- PANMCC-20-P-0000-008200
- Response Due
- 4/8/2020 9:00:00 AM
- Archive Date
- 04/23/2020
- Point of Contact
- Nicole Burgos, Phone: 254-287-5353
- E-Mail Address
-
nicole.a.burgos.civ@mail.mil
(nicole.a.burgos.civ@mail.mil)
- Description
- This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract to The Modal Shop MTS Systems Corporation for Accelerometer Calibration Workstation Phase 2: Installation and Maintenance, compatible with Dytran Model 3433A1 and PCB Model 356M205 accelerometers on a SOLE SOURCE basis. We are 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 (FFP) contract to The Modal Shop MTS System Corporation for the statutory authority for the sole source procurement is found in Title 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Description of Service/ Supply: Contractors will complete the replacement and installation of the Accelerometer Calibration Workstation that began in Phase 1. Phase 2 work will consist of as follows: Upgrading the special rack mount system, including the system controller. Installing new ICP and Charge Model SUT Signal Conditioner Option, including PC controlled 443B101 laboratory dual-mode charge amplifier module. Transfer standard reference accelerometer, for use as a double-ended shock calibration working standard. A continuing need is anticipated for Maintenance Services. The Period of Performance (POP) will be for one (1) base year from the date of contract award with four (4) one (1)-year option periods. The draft Statement of Objectives (SOO) is attached. 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 is 334419 and the size standard 750 employees. Any interested participants are requested to submit a response which demonstrates the firm's ability and interest in meeting the supply requirements in the description. All proprietary information should be marked as such. In response to this sources sought, please provide: 1. 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)) and the corresponding NAICS code. 2. 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. 3. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. Submission Instructions: Interested participants shall respond to this Sources Sought not later than 8 April 2020, 11am CST. Per FAR 15.201(c). Interested offerors may provide feedback, including proposed contract type, deemed most appropriate for this requirement. E-mail is the preferred method when receiving responses to this notice and should be submitted to Nicole Burgos, Contract Specialist, at nicole.a.burgos.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3aa8c24839054f0f909f7fc3e0ee7561/view)
- Record
- SN05606395-F 20200402/200331230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |