Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SPECIAL NOTICE

99 -- PaveScan RMD 2.0

Notice Date
2/22/2022 9:22:10 AM
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ22N3622
 
Response Due
2/25/2022 3:00:00 PM
 
Point of Contact
Lisa Bucci, Allison Hudson
 
E-Mail Address
Lisa.Bucci@usace.army.mil, allison.b.hudson@usace.army.mil
(Lisa.Bucci@usace.army.mil, allison.b.hudson@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) intends to issue a single source award to Geophysical Survey Systems, Inc. (GSSI), Nashua, NH to procure an PaveScan RMD 2.0. The Geotechnical and Structures Laboratory (GSL) has a need to evaluate field testing equipment to assess the performance of longitudinal joints of airfield pavements. GSL has identified the PaveScan RMD 2.0, which is a non-destructive asphalt density assessment tool. The premature deterioration of longitudinal joints is a recurring issue with airfield pavements. Our research group requires a field test tool that can be applied to assess the quality and uniformity of longitudinal joints during paving operations. A longitudinal joint is considered the weakest area of the pavement, and significantly influences the performance and longevity of the overall pavement. Current practices to evaluate the performance of longitudinal joints call for extracting field cores from the pavements and analyzing them in the laboratory. The required field testing tool is: non-destructive; capable of collecting relevant data in a timely manner on-site; capable of collecting field data and analyzing the results in real-time right after paving operations are completed; simultaneously testing and ensuring the quality of the longitudinal joint and adjacent pavement�� to determine the uniformity and quality of longitudinal joints in terms of in-place density; and improving paving and testing operations during the construction of pavements, especially during military operations. The PaveScan RDM 2.0 offers the capabilities required for conducting state-of-the-art research and field testing of pavements in the area of non-destructive testing. The three-antenna capability of the PaveScan RDM 2.0 offers a unique and powerful solution to simultaneously assess the in-place density of longitudinal joints and adjacent pavement areas during the construction of airfield pavements. PaveScan RDM 2.0 is a product that tightly interconnects state-of-the-art hardware and custom software components providing a more seamless data interpretation and visualization by the end-user to maximize the decision-making process during paving operations. The PaveScan RMD 2.0 provides a robust solution to improving the quality of asphalt materials with the ultimate objective of solving current issues with underperforming asphalt pavements at low critical temperatures. Based upon market research, no other brands with the same capabilities exist. Further, the PaveScan RMD 2.0 is manufactured and distributed solely by Geophysical Survey Systems, Inc. (GSSI). Therefore, it is necessary to procure this equipment on a sole source basis. The award will be issued in accordance with FAR 13.106(b)(1)(i). The applicable North American Industrial Classification System Code (NAICS) code is 334519 Other Measuring and Controlling Device Manufacturing with a small business standard of 500 employees. This notice of intent is for information purposes only. This notice is not a request for competitive quotes or proposals. A solicitation will not be issued.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The information submitted must be provided in sufficient detail to demonstrate the vendor�s ability to fulfill this requirement. Respondents to this notice must provide: the manufacturer�s part numbers for offered products; product specifications; statement as to whether offered products are commercially available; warranties offered on the products; and lead time for delivery. Any offeror shall be required to register in the Government�s System for Award Management (SAM) at www.SAM.gov. Respondents must provide their full legal name; authorized contact�s name, title, email and phone number; legal address; link to registration in www.SAM.gov; and their firm�s business size declaration as well as the firm�s socio-economic status, if any (e.g. Large Business, Small Busines, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.). Respondents must also provide a description of their past experience in fulfilling requirements, which are the same or similar to this requirement, and provide references for each. � � 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 may be submitted to Lisa Bucci in writing at Lisa.Bucci@usace.army.mil. The SAM.gov posting number shall be included in the subject line of the e-mail submission.� Responses must be received no later than 5:00PM CST February 25, 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/281aa3007e9240a3890a74e527faf093/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06248036-F 20220224/220222230105 (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 |
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.