SPECIAL NOTICE
R -- Notice of Intent to Sole Source - Mach 14 Nozzle Structural and Thermal Analysis
- Notice Date
- 12/7/2023 7:24:32 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DEPT OF DEFENSE
- ZIP Code
- 00000
- Response Due
- 12/11/2023 9:00:00 AM
- Archive Date
- 12/26/2023
- Point of Contact
- Andrew Waggoner, Brogan Fullmer
- E-Mail Address
-
andrew.waggoner.3@us.af.mil, brogan.fullmer@us.af.mil
(andrew.waggoner.3@us.af.mil, brogan.fullmer@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTICE OF INTENT TO SOLE SOURCE The Air Force Test Center (AFTC), Arnold Air Force Base (AFB), Tennessee has concluded market research for Mach 14 Nozzle Structural and Thermal Analysis. AFTC intends to solicit, negotiate, and award a sole source firm-fixed price (FFP) purchase order under FAR Part 13, Simplified Acquisition Procedures, to: Materials Research and Design (MR&D) 300 E. Swedesford Road Wayne, Pennsylvania 19087-1858 The proposed North American Industry Classification System (NAICS) code for this acquisition is 541330, with a small business size standard of $25,500,000 and Product and Service Code (PSC) R425. Contractor shall analyze specified Mach 14 Hardware required at Arnold Engineering Development Complex's (AEDC) Hypervelocity Wind Tunnel No. 9 Facility, AEDC White Oak, Maryland. These components reside in the throat and expansion sections of the Mach 14 assembly. The Contractor shall analyze specific Mach 14 hardware by performing structural and thermal analyses of Tunnel 9�s new Mach 14 nozzle(s) to identify any plastic deformation, changes to survivability, or longevity of the components which will affect material availability, cost, or test data accuracy. The estimated period of performance for this analytical service is 12 weeks. The requirement document contains both a Distribution E statement and Export Control Warning. Therefore, Vendors must be listed as �active� in the Defense Logistics Agency � Logistics Information Service � Joint Certification Program (JCP U.S./Canada) in order to view the technical information for this requirement. (See https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ or contact DLA Customer Interaction Center at 1-888-352-2255). If you would like to view this information, please respond to the below points of contact with a Commercial and Government Entity (CAGE) code for verification. The anticipated award date is 28 December 2023. This notice is not a request for competitive proposals or quotes. In accordance with FAR 13.106-1(b), Soliciting from a Single Source, (1) For purchases not exceeding the simplified acquisition threshold. (i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. Although the Government intends to solicit and award a sole source purchase order under the authority of FAR 13.106-1(b)(1)(i), all responsible sources may submit a capability statement, a quotation which will be considered by the Government if received no later than 11 December 2023 at 1100 Central Time (CT). All information shall be submitted electronically to the following: Contracting Officer: Mr. Brogan L. Fullmer, Brogan.Fullmer@US.AF.Mil Contract Specialist: Mr. Andrew Waggoner, Andrew.Waggoner.3@US.AF.Mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96187fcf227d455299d1ebeedab0a7f3/view)
- Place of Performance
- Address: Silver Spring, MD 20903, USA
- Zip Code: 20903
- Country: USA
- Zip Code: 20903
- Record
- SN06905296-F 20231209/231207230043 (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 |