SPECIAL NOTICE
99 -- USAARL MTS Test Suite Multipurpose Elite Software
- Notice Date
- 7/29/2022 11:44:29 AM
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-22-SN-WS01
- Response Due
- 8/14/2022 7:00:00 AM
- Point of Contact
- William Shortall, Kristen Lawrence, Phone: 3016192630
- E-Mail Address
-
William.a.shortall.civ@mail.mil, Kristen.K.Lawrence.civ@mail.mil
(William.a.shortall.civ@mail.mil, Kristen.K.Lawrence.civ@mail.mil)
- Description
- The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a Firm Fixed Price, sole source purchase order on behalf of the U.S. Army Aeromedical Research Laboratory (USAARL) to MTS Systems located in Eden Prairie, MN 55344, under the authority as prescribed in FAR 13.106-1(b) (1), only one source reasonably available that will satisfy agency requirements. This requirement is for testing materials that are used for solider safety in the field. The items are tested via the Landmark Machine which requires the MTS software. MTS Systems is the manufacturer of its proprietary MTS Test Suite Multipurpose Elite Software and it does not have any authorized resellers. Due to the critical need for continued research and testing of materials not having this software could be detrimental to further development of protections for soldiers. Given the information above, MTS Systems is the only vendor capable of providing the software needed to meet the Government�s needs identified below: MTS Test Suite Multipurpose Elite Software- this is the only software compatible with the controller. Data export to ASCII Report generation while the test is running Test template creation Graphical drag-and-drop test flow design Limit sensing Sequencing triggers Interface to digital I/O Sine, square, triangle, ramp, hold, profile, and custom waveform activities Parallel branches for test execution and logical operators (if/then, while) Function generation up to 100 Hz on all channels Data acquisition 1 year Software support plan On-site installation On �site training Access to all documentation This notice of intent is NOT a request for quotations (RFQ) and no solicitation document exists for the requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to provide these services. �A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source procurement. Capability statements are due no later than 1000 Eastern Time, 14 August 2020.� Capability statements shall be submitted via email ONLY as a Microsoft Word or Adobe PDF attachment to the following email address: William.A.Shortall.civ@mail.mil.� No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8fda1c3c92b347c4853f49f741aeac95/view)
- Place of Performance
- Address: Fort Rucker, AL 36362, USA
- Zip Code: 36362
- Country: USA
- Zip Code: 36362
- Record
- SN06407263-F 20220731/220729230114 (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 |