SPECIAL NOTICE
66 -- Notice of Intent to Sole Source, Hyperion Equipment
- Notice Date
- 8/17/2022 2:29:05 PM
- Notice Type
- Special Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ22N3000
- Response Due
- 8/26/2022 11:00:00 AM
- Point of Contact
- Jennifer Hoben, Allison Hudson
- E-Mail Address
-
Jennifer.Hoben@usace.army.mil, allison.b.hudson@usace.army.mil
(Jennifer.Hoben@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) has the regular, recurring need to procure Hyperion equipment to support ongoing and future programs. To support these needs, the Government intends to award a Master Blanket Purchase Agreement (BPA) with a five-year ordering period, to Hyperion Technology Group, Inc. (Cage Code: 5VUP8), on a sole source basis. This is intended to allow streamlined purchase of Hyperion equipment to ensure compatibility with current Hyperion equipment and to minimize any impacts to research and demonstration events. Hyperion products are critical to research being conducted by members of several labs throughout GSL. ERDC has a significant investment into persistent sensing research using multi-modal geophysical sensing spanning more than a decade.� The hardware associated with these research efforts, the Seismological-Infrasound-Acoustic-Meteorological (SIAM) array, is a rapidly fieldable, man-portable, self-powered, hardened sensor kit made from COTS components.� These arrays utilize infrasound sensors from Hyperion Technology Group, Inc. to meet the requirements of our current research task in terms of power consumption, frequency response, and logistics.� Purchase of additional infrasound sensors and windscreens for additional SIAM arrays from Hyperion ensures compatibility, interoperability, and matched sensor response among all the hardware used by the research team.� These sensors must have a calibrated frequency response from 0.001Hz to 1000Hz, with total power consumption of 750mW or less, and an overall weight of 5 kg or less.� Hyperion equipment meets this requirement. Hyperion Technology Group Inc. (CAGE: 5VUP8) is the sole manufacturer of Hyperion equipment and has no authorized third-party vendors. Hyperion Technology Group Inc. is a certified Small Business. The award will be issued in accordance with FAR 13.501(a). The applicable North American Industrial Classification System Code (NAICS) code is 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) with a size standard of 750 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.� 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. 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 Allison Hudson at Allison.B.Hudson@usace.army.mil AND Jennifer Hoben at Jennifer.Hoben@usace.army.mil.� The solicitation number shall be included in the subject line of the e-mail submission.� Responses must be received no later than 1:00PM CST 26 August 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6ee8d24422a2411582ece199e6779542/view)
- Place of Performance
- Address: Vicksburg, MS 39180, USA
- Zip Code: 39180
- Country: USA
- Zip Code: 39180
- Record
- SN06430303-F 20220819/220817230123 (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 |