Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2022 SAM #7589
SPECIAL NOTICE

J -- Climatic & Rough Handling Support Services

Notice Date
9/8/2022 3:51:56 PM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Response Due
9/13/2022 11:00:00 AM
 
Point of Contact
Kevin Ransom, Phone: 9283286142, Tejae Craig, Phone: 9283286903, Fax: 92823286534
 
E-Mail Address
kevin.ransom4.civ@army.mil, tejae.craig.civ@army.mil
(kevin.ransom4.civ@army.mil, tejae.craig.civ@army.mil)
 
Description
Sole Source Intent:� The United States Army, Mission and Installation Contracting Command (MICC) Yuma Proving Ground, U.S. Army Yuma Proving Ground (USAYPG), Yuma, Arizona, intends to negotiate a firm-fixed price contract for climatic and rough handling support services with a base year and one-option year period on a sole source basis to Mallory Engineering Inc 787 South 950 West Woods Cross, Utah 84087. Pursuant to the Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i). The Contracting Officer may solicit from one source if the Contracting Officer determines that the circumstances of the contract action deem only one source reasonably available. The existing equipment, provided with support of Mallory Engineering Inc., interfaces with each of the climatic chambers and the rough handling control system at each facility, respectively.� Each of these systems/subsystems has been integrated by Mallory Engineering to use a single control console.� The climatic facilities have been equipped by Mallory Engineering to be capable to log in through VPN allowing monitoring of the chamber during on- and off-duty hours. This sole source document is to have Mallory Engineering perform maintenance and services to the Climatic and Rough Handling facilities at YPG. The upgrade will involve modifications to the application software and hardware to maintain systems in operational status. The services and emergency repairs will allow the contractor to provide a semi-annual service to ensure that both the mechanical and software systems/subsystems are properly functioning.� In addition, allows the contractor to provide emergency repairs when required, ensuring that the facilities continue to operate ensuring that testing delays are minimized.� Customer support will include technical support, semi-annual services, training, and emergency repairs on an as needed basis. The Climatic and Rough Handling Facilities are used to simulate environmental conditions per the test items testing requirements. The simulated conditions provide the test customer with data to determine if the test item is safe for further testing and determines what environmental conditions affect the test items functionality in these conditions. This maintenance contract will ensure that the equipment is running at peak efficiency and will provide for repair in the event of equipment failure, reducing downtime, and ultimately reducing the impact on testing schedules for the test customers This requirement will be procured using the acquisition procedures in Federal Acquisition Regulation (FAR) part 13 Simplified Acquisition Procedures and in accordance with FAR Part 12 Acquisition of Commercial Items.� The North American Classification System (NAICS) code is 541512 � with a size standard of $30.million.� The resultant contract will contain an overall period of performance for three years with a base period of one year and two one-year option periods. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� 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.� In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed requirement.� If you feel your firm possesses the ability to meet these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements no later than 12:00 PM MST 13 Sep 2022 to facsimile (928) 328-6534.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a5ad73d274a4dd4b0e7c629dad98e9d/view)
 
Place of Performance
Address: Yuma, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN06457055-F 20220910/220908230123 (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 |
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.