SPECIAL NOTICE
66 -- Extended Warranty MTS 370 Landmark System - Package #1
- Notice Date
- 8/22/2018
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH18Q0232
- Archive Date
- 9/11/2018
- Point of Contact
- Wanda D. King, Phone: 3016192376
- E-Mail Address
-
wanda.d.king.civ@mail.mil
(wanda.d.king.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement for Extended Warranty MTS 370 Landmark System Notice of Intent to Sole Source W81XWH18Q0232 NOTICE OF INTENT TO SOLE SOURCE 1. Solicitation Number: W81XWH18Q0232 Date: 22 August 2018 2. Sole Source Title: MTS Systems Corporation to provide Extended Warranty for 1-12 Base Year and four (4) Option Years for MTS 370 Landmark System Hydraulic Power Unit (HPU), load frame and controller; Unit/System No. 5500900. 3. Agency: U.S. Army Aeromedical Research Laboratory (USAARL), Fort Rucker, AL. 4. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD. 5. Location: Fort Rucker, AL. 6. Description: The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price supply contract to MTS Systems Corporation, DUNS 00645312 and CAGE Code 34145. The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.106-1(b)(1)(i), and the FAR citation title is "Only one source reasonably available" to include brand name. 7. Background: The U.S. Army Aeromedical Research Laboratory (USAARL's) USAARL procured a 370 MTS Landmark System load frame in 2008. Since original purchase, USAARL has maintained a contract for annual calibration and maintenance of the load frame and load cells, as well as a contract for extended warranty of the Flex Test 60 controller, HPU, and load frame. USAARL aims to provide medical research in the military operations environment to sustain the Warfighter's performance by delivering medical research, developing, testing, and evaluating solutions to air and ground Warriors. USAARL conducts medical research to develop and provide the biomedical basis for countermeasures that prevent and mitigate Warrior injury. Specifically, the Lab's research includes developing return-to-duty standards for Soldiers suffering from neurosensory injuries, mild traumatic brain injuries, determining the effectiveness of life support equipment, and preventing and mitigating ground- and air-crew biomechanical injuries. 8. Scope and Purpose: USAARL requires the research contractor will be the expert assistant for when and where the need will be required for the MTS 370 Landmark System for onsite calibration services, fluid assessment, technical support, replacement of parts, MTS Systems Corporation Routine Maintenance, MTS Fluid Care Program, and to provide optimized product performance and efficiency. The purpose of this procurement is to obtain continued extended warranty of the Flex Test 60 controller, HPU, and load frame. 9. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing size standard 1000. 10. Anticipated Delivery Period: The requirement for MTS Systems Corporation for the delivery of 1 each Extended Warranty within 14 days upon receipt of purchase order. 11. Information to Industry: This Notice of Intent to Sole Source is for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within three (3) days of public notice to be considered by the Government. A determination to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. 12. Response Due Date: Interested vendors should submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 10:00 AM (EST) 27 August 2018 via e-mail to the Contract Specialist, Ms. Wanda King, at wanda.d.king.civ@mail.mil. No phone calls will be accepted. 13. Notice Closes: This Notice of Intent to Sole Source closes on 27 August 2018 at 10:00 AM. (EST). 14. Questions Closing Date: Questions to address this requirement shall be in no later than 24 August 2018 at 10:00 A.M. (EST). 14. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH18Q0232/listing.html)
- Place of Performance
- Address: USAARL, 6901 Ferrell Road, Fort Rucker, Alabama, 36362, United States
- Zip Code: 36362
- Zip Code: 36362
- Record
- SN05049924-W 20180824/180822230925-5530b34df83487771aa2056156e359ae (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 |