Cannon Instruments Viscometer Maintenance and Repair
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Sep 21, 2023 04:32 pm MDT
- Original Response Date: Sep 25, 2023 12:00 pm MDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 25, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Yuma Proving Ground , AZ 85365USA
Description
Sole Source Intent: The United States Army Mission and Installation Contracting Command – Yuma Proving Ground (MICC-YPG), located at U.S. Army Yuma Proving Ground (USAYPG), Yuma, Arizona, intends to award a noncompetitive Firm-Fixed-Price contract with Laser Techniques Company, LLC., 11431 Willows Road NE, Suite 100, Redmond, WA 98052 for a quantity of one (1) 155mm cannon laser bore chamber add-on kit and spare scanner assembly. This 155mm cannon laser bore chamber add-on kit is designed to operate with the existing BEMIS-LC™ 155mm portable bore erosion measurement inspection system located at Yuma Army Proving Ground. The spare 155mm Linear Variable Displacement Transducer (LDVT) Scanner Assembly Unit is a mechanical gauging kit that is designed to operate with the existing Government owned 155mm LVDT system at Yuma Army Proving Ground.
Laser Techniques Company, LLC. (LTC), is the Original Equipment Manufacturer (OEM) and holds proprietary data rights to the hardware and software of the YPG’s existing systems, is the sole supplier of replacement parts, possesses certified and trained personnel to perform maintenance and owns the tools to perform proper calibrations. Only LTC has the resources, knowledge, and established customer service practices to provide this level of service for YPG’s LTC Equipment. The required items must be form, fit, function, and software compatible and interact with existing LTC laser based inspection systems located at USAYPG. Award of this requirement will be in accordance with Federal Acquisition Regulations (FAR) Part 13.106-1(b)(1)(i), solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization. The North American Industry Classification system (NAICS) Code is 334519 with a standard size of 600 employees.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. 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. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed requirement. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm’s technical capability to meet these requirements by 25 September 2023 12:00 PM, Mountain Standard Time (MST). All inquiries shall be clearly marked with pre-award number PANMCC-23-P-0000-005099 and e-mailed to the Point of Contact (POC) for this posting.
Attachments/Links
Contact Information
Contracting Office Address
- 301 C STREET BLDG 2100 RM 39
- YUMA PROVING GROUND , AZ 85365-9498
- USA
Primary Point of Contact
- Damon McLaughlin
- damon.j.mclaughlin.civ@army.mil
- Phone Number 9283286285
Secondary Point of Contact
History
- Sep 25, 2023 09:55 pm MDTSpecial Notice (Original)