SPECIAL NOTICE
66 -- California-type profilograph, SSI CS8500
- Notice Date
- 2/3/2022 9:47:02 AM
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ22N1531
- Response Due
- 2/11/2022 11:00:00 AM
- Archive Date
- 02/26/2022
- Point of Contact
- Allison Hudson, Jon-Vincent Holden
- E-Mail Address
-
allison.b.hudson@usace.army.mil, Jon-Vincent.S.Holden@usace.army.mil
(allison.b.hudson@usace.army.mil, Jon-Vincent.S.Holden@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) intends to issue a Firm Fixed Price (FFP) single source award to Surface Systems & Instruments, Inc., 1845 Industrial Dr, Auburn, CA, 95603-9588 to procure the SSI CS8500 Profilograph. The Airfields and Pavements Branch (APB) has been tasked by the Air Force Civil Engineer Center to develop the capability to utilize inertial profilers for the measure of airfield pavement smoothness and location of must-grind bumps in direct comparison to the standard use of California-type profilographs. The SSI CS8500 Profilograph has been identified as an ASTM-accepted California-type profilograph used widely by industry and government pavement contractors for airfield pavement quality assurance/quality control. Furthermore, this specific model is the only commercially available California-type profilograph meeting ASTM standards. Current specifications for airfield pavement quality control rely upon the use of a California-type profilograph. Surface Systems & Instruments, Inc. is the only vendor that manufactures and sells CS8500 profilograph system directly to the buyer. The award will be issued in accordance with FAR 13.106(b)(1)(i). The applicable North American Industrial Classification System Code (NAICS) code is 334519 (Other Measuring and Controlling Device Manufacturing) with a size standard of 500 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 Jon-Vincent Holden at Jon-Vincent.S.Holden@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 February 11th, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e256e101a558470d8b3b0923933eed10/view)
- Place of Performance
- Address: Vicksburg, MS 39180, USA
- Zip Code: 39180
- Country: USA
- Zip Code: 39180
- Record
- SN06232187-F 20220205/220203230058 (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 |