Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SPECIAL NOTICE

66 -- SilentFlo Hydraulic Power Unit and Hydraulic Service Manifold

Notice Date
6/11/2024 10:50:08 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
W912HZ24N7634
 
Response Due
6/19/2024 11:00:00 AM
 
Archive Date
07/04/2024
 
Point of Contact
Jon-Vincent Holden, Allison Hudson
 
E-Mail Address
Jon-Vincent.S.Holden@usace.army.mil, allison.b.hudson@usace.army.mil
(Jon-Vincent.S.Holden@usace.army.mil, allison.b.hudson@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) sole source award to MTS Systems Corporation (CAGE 34145) for SilentFlo Hydraulic Power Unit and Hydraulic Service Manifold. The GSL has a requirement to procure a 90 gpm, 3000 psi hydraulic power unit (HPU), 100 gpm, 3000 psi hydraulic service manifold (HSM), and required components for operation to perform static testing of novel materials as well as structural elements for domestic and foreign advanced force protection applications. The HPU, HSM, and required components for operation must be factory calibrated prior to shipping and installed by MTS technicians.�MTS systems are unique in their precision, and ability to create specific cyclical loading patterns on structures for experimental purposes. Due to their unique and proprietary nature, only MTS technicians are qualified to service these devices and ensure the proper level of accuracy for the required testing.�New products must also be compatible with the existing MTS products that are not being upgraded. MTS is the sole provider of this equipment due to compatibility with existing infrastructure and components. The award will be issued in accordance with FAR 13.500. The applicable North American Industrial Classification System Code (NAICS) code is 334519, Other Measuring and Controlling Device Manufacturing, with a size standard of 600 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 19 June 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2287c3d0487a4fcdb428d4fc9ac7435a/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN07092816-F 20240613/240611230124 (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.