Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

59 -- Accelerometer Calibration System

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-18-Q-0128
 
Archive Date
7/13/2018
 
Point of Contact
Mika Gant, Phone: 2542876308
 
E-Mail Address
mika.l.gant.civ@mail.mil
(mika.l.gant.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: Accelerometer Calibration System Description(s): Added: June 6, 2018 3:10 pm SOURCES SOUGHT SYNOPSIS 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 a Accelerometer Calibrations System that will be capataible with the two models of accelerometers the customer currently have. Dytran Model 3433A1 and PCB Model 356M205. on a SOLE SOURCE basis, but is 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 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). Description of Service/ Supply: 1. Desktop computer for 9155 Accelerometer Calibraton Workstation 2. Single seat license for 9155 accelerometer calibration system control software Version 6.0 3.DAQ hardware upgrade option to the NI 4461 data acquisition card. 4. ICP Circuit Simulator Note: Required for 6.0 Software 5. In-line 1000 PF calibrated capacitor. Unit comes with PCB calibration certicate 6. Precision Air-Breathing Shaker Option for Model 9155 Calibration System. 7. Anvil Locking plate for TMS 9525 Pneushock calibrators. 8. Barrel/projectile assembly for K9525c 9. Replacement Pads for 9525C Shock calibration system. 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(s) is/are: 334419 and the size standard 750 employees. Any interested participants are requested to submit a response which demonstrates the firm's ability and interestin meeting the supply requirements in the description. All proprietary information should be marked as such. Interested participants shall respond to this Sources Sought not later than 19 June 2018, 12:00 noon 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 mika.l.gant.civ@mail.mil. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott D. Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. 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) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. 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. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ad7d78817b82d79124c144836fd31b4)
 
Place of Performance
Address: BLD 2-1728 BLDG Y5015 MMD BLVD, FORT BRAGG, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04952367-W 20180614/180612230705-5ad7d78817b82d79124c144836fd31b4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.