Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
SPECIAL NOTICE

11 -- NOI to Sole Source - Ballistics Research Range Equipment in support of USAARL

Notice Date
7/31/2024 11:16:11 AM
 
Notice Type
Special Notice
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-24-Q-0125
 
Response Due
8/15/2024 10:00:00 AM
 
Archive Date
09/20/2024
 
Point of Contact
Shelley A. Wallace, Jayme Fletcher
 
E-Mail Address
shelley.a.wallace2.civ@health.mil, jayme.l.fletcher2.civ@health.mil
(shelley.a.wallace2.civ@health.mil, jayme.l.fletcher2.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 Sydor Instruments, LLC, 78 Schuyler Baldwin DR, Fairport, New York 14450-9100 for a ballistics research range and clay calibration equipment �to investigate simulated Soldier injury from ballistic exposures to support the Behind Armor Blunt Trauma (BABT) project. The Injury Biomechanics and Protection Group does not presently have ballistics research capabilities or required clay preparation and calibration capabilities.� As research areas, personnel, and data collection capabilities have expanded, additional equipment is required to collect data in parallel to research objectives. Indoor ballistics research range capabilities (universal receiver, multiple size barrels) allow for the IBPG to expand behind armor blunt trauma research capabilities to meet research milestones to improve Soldier injury prevention and protection. Sydor Instruments, LLC is the only vendor capable of providing an indoor ballistics research range with clay conditioning and calibration capabilities that includes a moveable small caliber test gun with azimuth and elevation adjustment, recoil system, two-key switch remote percussion firing box, multiple velocity test barrels; two (2) upright velocity screens with data acquisition and software; 35GHz doppler radar head with stand, data acquisition, and software; flat blunt trauma torso rig f-BTTR with data acquisition and software; ballistics clay trolley, clay box, clay press, clay knife, clay calibration system, heated blanket, and heating chamber. The North American Industry Classification System (NAICS) for this requirement is 332994 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. 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 Shelley Wallace via email at shelley.a.wallace2.civ@health.mil and Jayme L. Fletcher via email at jayme.l.fletcher2.civ@health.mil. Capability statements are due, in writing, to the email addresses listed above no later than 1300 Eastern Time, 15 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/3dcf4c4a57f1468588a315ea8174d901/view)
 
Place of Performance
Address: Fort Novosel, AL 36362, USA
Zip Code: 36362
Country: USA
 
Record
SN07150214-F 20240802/240731230119 (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.