Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

66 -- MTS Load Frames Maintenance sole source notice of intent

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700018T0040
 
Archive Date
3/31/2018
 
Point of Contact
Mark C. Holmes, Phone: 7193336224, susan g. hashemi, Phone: 7193338059
 
E-Mail Address
mark.holmes.7@us.af.mil, susan.hashemi@us.af.mil
(mark.holmes.7@us.af.mil, susan.hashemi@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT FOR SOLE SOURCE: The 10CONS/LGCB, Operational Contracting Office, United States Air Force Academy (USAFA) received a Sole Source justification for the purchase an Assured Maintenance Plan and extended warranty for calibration, preventative maintenance and repair support for nine (9) each servo hydraulic load frames and six (6) each electro-mechanical load frames, four (4) each hydraulic load frame controllers, one (1) each hydraulic power unit, and their related components from MTS Systems Corporation, 8680 East Windrose Drive Scottsdale AZ 85260. This procurement is for the acquisition of a sole source commercial maintenance plan. The solicitation number for this notice of intent is FA7000-18-T-0040. The North American Industrial Classification System (NAICS) number is 811219 and the business size standard is $20.5M. MTS is the only known source that meets the USAFA requirement. An MTS system is the only approved source for this maintenance. An attempt to go full-and open on this effort has shown that only MTS is able to perform all of the listed requirements above. MTS is the only vendor that can include extended warranty covers for all parts and labor for repairs for the MTS Servo-hydraulic frames, MTS HPU and MTS controller MTS designed/built the government frames and have the specific knowledge needed to maintain these systems specifically in the software and components. MTS does not train 3 rd party vendors on servicing their equipment and only provide certified MTS technician. Contract period of performance is 16 May 2018 thru 15 May 2021 (a base with two options). Place of Performance will be at the U.S. Air Force Academy, CO This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing they can provide the MTS Load Frame maintenance with all of the features and functions of the requirement described above may provide evidence for consideration. Evidence must support the offeror's claim they can provide this requirement. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. Responses must be received NLT 09:00 am Mountain Daylight Time (MDT) on 16 March 2018. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The closing date for this notice of intent is 09:00 am MDT on 16 March 2018. Questions should be addressed to the Primary POC Mark C Holmes, Contract Specialist, and (719) 333-6224 or sent via e-mail to mark.holmes.7@us.af.mil. Alternate POC is Susan Hashemi, Contracting Officer, (719) 333- 8059, susan.hashemi@us.af.mil. 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700018T0040/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado Springs, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN04848054-W 20180310/180308231617-3d48fea654b71191f79183f4e90a5ea4 (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.