Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SPECIAL NOTICE

H -- Upgrades and Repairs to HVS

Notice Date
3/15/2016
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
 
ZIP Code
03755-1290
 
Solicitation Number
W913E5-16-T-HVS
 
Archive Date
4/6/2016
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to Dynatest Consulting, Inc. upon the basis of the authority provided at FAR 13.501(a)(1)(i). ERDC-CRREL requires the contractor to provide all labor, supervision, equipment, and other items and services necessary to ascertain the current state of the Heavy Vehicle Simulator (HVS); provide a range of options for repairs and upgrades; and modernize to the latest HVS Mark IV standards, onsite at the Cold Regions Research and Engineering Laboratory in Hanover, NH; The services must entail the following specifications: 1) Carriage electrical modifications (software upgrades, CCU replacement) 2) Carriage hydraulics repairs and related services (CRREL provides nitrogen cylinder, charging kit on site, and filters) 3) Carriage mechanical services 4) Load beam electrical services (shaft encoder, VCU computer boards, software) 5) Main frame electrical repairs (minor) 6) Main frame hydraulics repairs - this consist of conducting all needed main frame hydraulic repairs EXCEPT replacing the main pump. a. Task option 6a includes replacing the main pump (equipment replacement, labor to install) 7) Self-drive system repairs: a. Task option 7a includes 4 new carriage tires (trafficking tires) 8) Operator control unit (OCU) and Windows software replacement and installation 9) General inspection, greasing, and other observations and repairs 10)Prepare a written summary of all work completed. In addition, provide operator's guides, maintenance guides, and other relevant user information on the new system and sub-system components (VCU, OCU, other as necessary) Dynatest Consulting, Inc. was identified as the only source reasonably available to satisfy the Government's requirement. The existing HVS is in need of repairs prior to executing work related to pavements development, accelerated testing, and evaluation. The HVS has hardware, software, and hydraulic system controls proprietary to the original equipment manufacturer (OEM), Dynatest Consulting, Inc. The OEM services its own equipment and cannot warrant any repairs made by others nor could they be held liable if faulty repairs result in personal injury or property damage. As such, Dynatest is the only source qualified to complete the required upgrades and repairs. The associated North American Industry Classification System (NAICS) code is 541330, which has a size standard of $15 million. This Notice of Intent is not a request for competitive quotations; however interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Please provide responses to this notice NLT 09:00 AM CST, 22 MARCH 2016 to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon 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. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E5-16-T-HVS/listing.html)
 
Place of Performance
Address: 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
Zip Code: 03755-1290
 
Record
SN04050811-W 20160317/160315235146-a96c83c3464986de0eea89a79d8b328b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.