Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SPECIAL NOTICE

66 -- USAFA Hydraulic Grip Power Supply - Notice of Intent to Single Source

Notice Date
8/28/2024 12:34:17 PM
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA7000USAFAHGPSNOI
 
Response Due
9/3/2024 9:00:00 AM
 
Archive Date
09/18/2024
 
Point of Contact
Ryan Dague, Phone: 7193334683, Nicole Cibula
 
E-Mail Address
ryan.dague.1@us.af.mil, nicole.cibula@us.af.mil
(ryan.dague.1@us.af.mil, nicole.cibula@us.af.mil)
 
Description
Notice of Intent to Single Source This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) subpart 5.2 - Synopses of Proposed Contract Actions. The contracting office for this notice is the 10th Contracting Squadron, USAF Academy, CO 80840. The US Air Force Academy (USAFA) intends to award a single source commercial contract using simplified procedures in accordance with FAR parts 12 & 13 to MTS Systems Corporation. MTS Systems Corporation is located at 1400 Technology Dr. Eden Prairie, Minnesota 55344. The authority for this non-competitive award is 10 USC 2304(c)(1), only one responsible source. The NAICS code for this requirement is 334519. The size standard as defined by the U.S. Small Business Administration is 600 employees. This notice incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2023-04 effective 2 June 2023. The Government has deemed MTS Systems Corporation to be a responsible contractor with respect to performance. Anticipated award date is NLT 30 Sep 2024. SALIENT CHARACTERISTICS ARE AS FOLLOWS: At a minimum, the equipment must: Have greater than or equal to 0.75 kW electric motor Have greater than or equal to a 11.3 liter reservoir Have a 10-micron absolute return line filter Individual directional control valves for upper and lower grips Be capable of continuous running Adjustable grip closure rate Potential for hydraulic fluid use at elevated temperatures An operating temperature range of at least -30 to 160 degrees Celsius An adjustable operating pressure up to 70 MPa Required power supply of no greater than 120V� �The contracting officer has determined that the circumstances of the contract action deem only one source reasonably available IAW FAR 13.106-1(b)(2). REQUIREMENT: The government intends to award a firm-fixed price purchase of all, some, or none of the following items. Line Item:�0001 Description:�Hydraulic Grip Power Supply Quantity: 6 Unit of Issue: EA A SOLICITATION WILL NOT BE POSTED. Based on previous market research conducted, the Government intends to proceed with this single source action. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. All responsible sources may submit a capability statement. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Responses and questions shall be submitted to ryan.dague.1@us.af.mil or nicole.cibula@us.af.mil no later than 10:00am, MDT on 3 Sep 2024. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government bears no legal liability for any costs incurred by responding to this notice. 5352.201-9101 OMBUDSMAN (OCT 2019) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-3829 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3a9d29e7e1747f8ac943dcdbe8229ff/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN07189507-F 20240830/240828230122 (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.