Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2022 SAM #7559
SPECIAL NOTICE

66 -- Notice of Intent to Sole Source - Synergy-8 Data Acquisition System in support of USAARL

Notice Date
8/9/2022 10:17:42 AM
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH22Q0143
 
Response Due
8/24/2022 7:00:00 AM
 
Point of Contact
Lindsey Arthur, Jayme L. Fletcher
 
E-Mail Address
lindsey.b.arthur2.civ@mail.mil, jayme.l.fletcher2.civ@mail.mil
(lindsey.b.arthur2.civ@mail.mil, jayme.l.fletcher2.civ@mail.mil)
 
Description
The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a Firm Fixed Price, sole source purchase order on behalf of the United States Army Aeromedical Research Laboratory (USAARL) to Hi-Techniques, Inc. located in Madison, WI, 53713, under the authority as prescribed in FAR 8.405-6(a)(1)(i)(B), only one source is capable in satisfying agency requirements. �This requirement is for the Synergy 8 Data Acquisition System (DAS) to augment USAARL�s current existing DAS, Hi-Techniques Synergy systems. The DAS is used to collect data for injury biomechanics.� The DAS is used to collect a variety of sensors such as accelerometers, load cells, thermocouples, and strain gauges.� Hi-Techniques, Inc. is the only vendor to satisfy the Government�s requirement. There are no authorized resellers or distributors for Hi-Technique�s products in the United States. Further, due to the critical need to augment USAARL�s existing Synergy Data Acquisition System, an additional Synergy 8 system is required. All Synergy systems are capable of a master/slave configuration. The master/slave configuration allows several systems to be linked together and configured so that one system settings (triggering, conditioning, filtering, etc.) will push to all the other linked systems. Linking the systems together enables researchers to quickly increase or decrease channel count to meet specific project needs. The master/slave allows for saving time in test setup and ensuring that all data is collected the same way, minimizing human error in setting up individual data acquisition systems separately. Setting up several individual systems separately is time inefficient and increases the possibility of incorrectly setting a channel; therefore having to re-run a test, if possible. Lastly, the channel cards of the Synergy are removable and interchangeable with any other Synergy system. If a channel card from one DAS fails, it can be replaced by any other Synergy card onsite to keep testing active until the card can be repaired or replaced. In this case, testing does not have to be stopped, an entire new DAS setup, checked for data acquisition setting and compatibility to ensure data integrity, and testing resumed. Given the information above, Hi-Techniques, Inc. is the only vendor capable of providing the services needed to meet the government�s need. This notice of intent is NOT a request for quotations (RFQ) and no solicitation document exists for the 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 these services. �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.� A determination by the Government not to compete based on 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 or to proceed with a sole source procurement. Capability statements are due no later than 1000 Eastern Time, 24 August 2022.� Capability statements shall be submitted via email ONLY as a Microsoft Word or Adobe PDF attachment to the following email address: lindsey.b.arthur2.civ@health.mil or jayme.l.fletcher2.civ@health.mil. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f121a4bee3743d6913f4f6c7d1bf4c8/view)
 
Place of Performance
Address: Fort Rucker, AL 36362, USA
Zip Code: 36362
Country: USA
 
Record
SN06419075-F 20220811/220809230115 (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.