Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2024 SAM #8286
SPECIAL NOTICE

67 -- Notice of Intent to Sole Source - Vicon Motion Capture System in support of USAARL

Notice Date
8/2/2024 10:54:46 AM
 
Notice Type
Special Notice
 
NAICS
333310 —
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-24-Q-0103
 
Response Due
8/19/2024 10:00:00 AM
 
Archive Date
09/20/2024
 
Point of Contact
Jayme Fletcher, Emily K. O'Hara
 
E-Mail Address
jayme.l.fletcher2.civ@health.mil, Emily.K.OHara.civ@health.mil
(jayme.l.fletcher2.civ@health.mil, Emily.K.OHara.civ@health.mil)
 
Description
This notice announces the intent by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Aeromedical Research Laboratory (USAARL) to award a firm-fixed priced, sole source, contract to the Vicon Motion Systems, 12650 E. Arapahoe Road, Suite 200, Centennial, Colorado �80112, for fifteen (15) Vicon Valkyrie VK8 infra-red (IR) optical cameras, camera cables, pan-and-tilt head mounts, control box, and control PCs to augment the existing US Army Aeromedical Research Laboratory (USAARL) Vicon motion capture system. This equipment must be purchased directly from the manufacturer, Vicon Motion Systems.� There are no authorized licensed resellers; Vicon is the sole distributor of their manufactured products.� As a result, the Government intends to make an award to the Vicon Motion Systems.� The North American Industry Classification System (NAICS) for this requirement is 333310 - Commercial and Service Industry Machine Manufacturing. This announcement fulfills the synopsis requirements under FAR 5.201. This Special Notice of Intent is not a request for competitive quotes and no solicitation document exists for this 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 the equipment identified within this notice.� 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. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement or a sole source procurement is in the best interest of the Government. All questions and responses concerning this notice shall be emailed to Jayme L. Fletcher at jayme.l.fletcher2.civ@health.mil and Emily O�Hara at emily.k.ohara.civ@health.mil. Capability statements are due, in writing, to the email addresses listed above no later than 1300 Eastern Time, 19 August 2024. Capability statements shall be submitted via email ONLY as Microsoft Word or Adobe PDF attachment. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/591198dabe3d46f5bbbd53325e0efed4/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN07154356-F 20240804/240802230116 (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.