Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2022 SAM #7476
SPECIAL NOTICE

66 -- CS9400 Inertial Profiler

Notice Date
5/18/2022 8:03:07 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
W912HZ22N1234
 
Response Due
5/25/2022 3:00:00 PM
 
Point of Contact
Nedra Edmond, Allison Hudson
 
E-Mail Address
nedra.f.edmond@usace.army.mil, allison.b.hudson@usace.army.mil
(nedra.f.edmond@usace.army.mil, allison.b.hudson@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a single source award to Surface Systems & Instruments, Inc. of Auburn, California to procure an inertial profiler, SSI CS9400. The Airfields and Pavements Branch (APB) has been tasked by the U.S. Army to develop and test�equipment necessary to rapidly evaluate airfield pavement structural capacity. One part of this mission is the need to measure surface smoothness. This involves developing the capability to utilize high-speed inertial profilers for the measure of airfield pavement smoothness.� The equipment shall be mountable to a standard-size civilian trucks and SUVs and must be equipped with transducers capable of measuring vertical displacement and longitudinal distance traveled by the system and vehicle.� The system shall be equipped with at least one accelerometer with longitudinal sampling of at least 1-in. (ASTM E950 Class 1).� The vertical displacement transducer must have a measurement resolution of at least 0.005-in. (ASTM E950 Class 1).� The longitudinal distance transducer must measure longitudinal distance to at most 0.1% error.� Furthermore, the accelerometer measurement range must be at least �1 g (acceleration of gravity).� The profiling system must accurately reproduce surface profile from a dead stop, 0 miles per hour (mph) and without a run-up to the area under test.� The profiling system shall be equipped with all software necessary for system operation, profile measurement, and smoothness measurement.� Lastly, all necessary profiling system software must be compatible with the Microsoft Windows 10�operating system. Surface Systems & Instruments, Inc. (hereafter referred to as �SSI�) is the only system that market research identified that could meets the project requirement to rapidly assess pavement smoothness without the need for run-ups and minimum starting speeds, specifically on interchanges between taxiways, runways, and aprons. The SSI CS9400 meets the very specific need of our current Army-sponsored research effort in that it provides a standard measure of surface profile using an IMU- and laser-equipped inertial profiler at any speed from 0 to 100 mph. Based upon market research, The SSI CS9400 Inertial Profiler has been identified as an ASTM-accepted acceleration- and laser-based profiler (inertial profiler) used widely by state and federal departments of transportation for high-speed surface smoothness measurement. Furthermore, this specific model is the only commercially available inertial profiler both meeting ASTM standards and capable of operating accurately from a stop with no run-up. There are no other profilers that meet this requirement.� This requirement is a commercial item and the sole company that manufactures and sells the item is SSI, which is classified as a small business. There are no other profilers that meet this requirement. The award will be issued in accordance with FAR 13.106(b)(1)(i). The applicable North American Industrial Classification System Code (NAICS) code is 334519, Other Measuring and Controlling Device Manufacturing, with a small business standard of 500 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. Respondents to this notice must provide: the manufacturer�s part numbers for offered products; product specifications; statement as to whether offered products are commercially available; warranties offered on the products; and lead time for delivery. Any offeror shall be required to register in the Government�s System for Award Management (SAM) at www.SAM.gov . Respondents must provide their full legal name; authorized contact�s name, title, email and phone number; legal address; link to registration in www.SAM.gov ; and their firm�s business size declaration as well as the firm�s socio-economic status, if any (e.g. Large Business, Small Business, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.). Respondents must also provide a description of their past experience in fulfilling requirements, which are the same or similar to this requirement, and provide 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 Nedra Edmond at Nedra.F.Edmond@usace.army.mil. The SAM.gov posting number shall be included in the subject line of the e-mail submission. Responses must be received no later than 5:00PM CST 25 May 2022.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f1ac20ef610243ffa56efd9ff2989133/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06330610-F 20220520/220518230055 (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.