Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2015 FBO #4963
SPECIAL NOTICE

66 -- NOTICE OF INTENT TO SOLE SOURCE TO UNHOLTZ-DICKIE T0 PROVIDE PREVENTATIVE MAINTENANCE AND SUPPLY, DELIVER, INSTALL, AND CERTIFY TWO (2) UNHOLTZ-DICKIE VIBRATION SYSTEMS

Notice Date
6/24/2015
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK15T0125
 
Archive Date
6/23/2016
 
Point of Contact
Denise Thomas, 443-861-4739
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(denise.thomas29.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR 13.106-1(b)(1). The US Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Tenant Division, 6001 Combat Drive, Aberdeen Proving Ground, MD 21005-1846; has a requirement to procure the following product and service: The Edgewood Chemical Biological Center (ECBC) has a requirement for the contractor Unholtz-Dickie to supply, deliver, install, and certify two (2) 8-channel vibration control systems. The contractor shall also provide preventative maintenance services. The vibration control systems shall include one to replace the existing control for the T-1000 vibration systems and the other to replace the existing control for the T-2000 vibration system. The systems shall have the capability of controlling all aspects of testing, to include initiation, executing the profile, monitoring feedback, identifying, reporting and acting upon conditions outside of test parameters or tolerances and concluding the test. Each shall include the capability to control random, sine, shock, SRS (Shock Response Spectrum), random-on-random, TRAC (time replication acceleration control), vibration testing and transducer calibration IAW MIL STD-810G. In addition, data acquisition, analysis and presentation capabilities shall be included. The contractor shall maintain the equipment: SHAKER SYSTEM, MODEL T1000, INCLUDING (not all-inclusive): SALL 90 FIELD SUPPLY, S/N 3638 ELECTRODYNAMIC FORCE GENERATOR SLIP TABLE WITH PRESSURIZED OIL LUBRICATION SYSTEM POWER AMPLIFIER PM60-Q, S/N 1131A POWER AMPLIFIER PM30-Q, S/N 1101A CONTROL MODULE MCLL-90, S/N 1101 LIQUID COOLING SYSTEM The contractor shall maintain the equipment: SHAKER SYSTEM, MODEL T2000, INCLUDING (not all-inclusive): SALL 140 FIELD SUPPLY, S/N 3674 INDUCT-A-RING FORCE GENERATOR SLIP TABLE WITH PRESSURIZED OIL LUBRICATION SYSTEM POWER AMPLIFIER PM60-Q, S/N 1101A POWER AMPLIFIER PM50-Q, S/N 1131C POWER AMPLIFIER PM50-Q, S/N 1614 CONTROL MODULE MCSLL-60, S/N 1131B CONTROL MODULE MCMLL-60, S/N 1131B LIQUID COOLING SYSTEM The contractor shall provide on-site customer support when contacted. As a minimum, the contractor shall maintain all equipment IAW their Operational Qualification/Performance Verification system when they perform their yearly preventative maintenance. The contractor shall perform all repair and maintenance to keep the equipment in Original Equipment (OEM) operating conditional performance specifications. Contract shall notify government of required upgrades as repair become difficult or parts unavailable Contractor shall provide software upgrade, on-line technical support, and telephone assistance to resolve technical problems. Contractor shall provide unlimited number of on-site service visits within 72 hours of phoned, email or web-based request. The intended period of performance is one year from the date of award and to include one (1) base year and two (2) option years. The Government intends to award a Firm-Fixed Price sole source contract to Unholtz-Dickie Corporation. The associated North America Industry Classification System (NAICS) Code is 334519 and the Business Size Standard is $500.00. All responses received within ten businesses (10) calendar days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest and capability to respond to the requirement no later than 2:00 PM, July 5, 2015 Eastern Daylight Time (EDT). For questions concerning this Notice of Intent, contact Denise Thomas, denise.thomas29.civ@mail.mil. Posting date of this requirement is June 24, 2015. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9312de6f8d725b5b2b60012e49bb899)
 
Record
SN03774612-W 20150626/150624235005-c9312de6f8d725b5b2b60012e49bb899 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.