Gyratory Laboratory Compaction Testing Equipment
ID: W912HZ24Q6160Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 27, 2023 5:02 PM
  2. 2
    Updated Dec 13, 2023 10:44 PM
  3. 3
    Due Dec 15, 2023 11:00 PM
Description

Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE ARMY: Gyratory Laboratory Compaction Testing Equipment

The Department of Defense, specifically the Department of the Army, is seeking to procure Gyratory Laboratory Compaction Testing Equipment. This equipment is typically used for testing the compaction properties of soil and asphalt materials in laboratory settings.

The procurement is set aside for small businesses and falls under the category of Combination and Miscellaneous Instruments. The place of performance for this procurement is Vicksburg, MS, with a zip code of 39180, in the United States.

For more information and to submit quotes, interested parties can contact Jennifer Hoben at Jennifer.Hoben@usace.army.mil or Allison Hudson at allison.b.hudson@usace.army.mil. The deadline for submitting offers is December 6, 2023, at 1:00 PM CST.

Please note that offerors must be registered in the System for Award Management (SAM) at the time of submission. Late submissions will not be considered unless received before the award is made. The evaluation factors for this procurement include the lowest price and technical capability.

For further details and specifications, please refer to the attached Description of Requirement (DOR) document. Any technical inquiries or questions should be directed to Allison.B.Hudson@usace.army.mil and Jennifer.Hoben@usace.army.mil.

Failure to provide sufficient documentation and information may result in the rejection of quotes. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if necessary.

Interested parties are advised to review the full solicitation and visit the www.SAM.gov website for any updates or amendments.

Point(s) of Contact
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
183 MXS Compressor Vane Positioning Test Cart
Active
Dept Of Defense
The US Air Force seeks quotes for a specialized piece of equipment used in testing compressor vane positioning for F110 aircraft engines. The goal is to acquire a custom-built Compressor Vane Positioning Test Equipment unit, which is comprised of intricate hydraulic and electrical systems. This equipment must adhere to precise specifications and standards to rig and position guide vanes for the F110-100/129 engines. The Statement of Work (SOW) outlines the requirement for a Firm-Fixed Price (FFP) contract, including the delivery of one Test Equipment unit within 52 weeks of the order being placed. The preferred product is the TESTEK Test Cart PWA50096, designed to meet the specific needs of the Illinois Air National Guard. Interested parties should provide written offers according to the specified Contract Line Item Number (CLIN) structure, with quotes submitted to the provided email addresses by 12:00 PM CDT on July 2, 2024. The evaluation of quotes will consider the price and adherence to the salient characteristics outlined in the SOW. To participate, vendors must be registered in the System for Award Management (SAM) and ensure their quotes are valid for a minimum of 60 days. The contact persons for this opportunity are 1st Lt Alicia Braun and CMSgt Brent Keller, who can be reached via email for any clarifications. This acquisition is a Total Small Business Set-Aside, and the soliciting office is the W7M6 USPFO Activity ILANG 183.
Geotech Soil Testing IDIQ
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Geotech Soil Testing services. This service is typically used for performing laboratory testing on samples provided by the US Army Corps of Engineers (USACE), St. Paul District (MVP). The samples include various types such as jar samples, undisturbed tube samples, bag or bucket samples, which are collected for density testing or tests on reconstituted samples. The testing facilities must be validated by the U.S. Army Corps of Engineers Engineering Research and Development Center’s Material Testing Center (MTC) to ensure compliance with relevant regulations. The offeror must have a lab within 50 miles of the USACE St. Paul District Office to be considered for award. This is an UNRESTRICTED - Full & Open Competition solicitation.
Road Grader Winter Blade Kit
Active
Dept Of Defense
The Department of Defense requires two road grader winter blade kits for the Minnesota National Guard. This combined synopsis and solicitation follows FAC 2024-05 and seeks advantageous quotes from small businesses. The scope of work involves delivering two road grader winter blade kits to the Little Falls location in Minnesota. As mentioned in the attached Statement of Work (SOW), the kits must meet specific requirements. The government encourages innovative solutions and reserves the right to consider partial or multiple awards. To be eligible, vendors must be registered on SAM.gov with an active status at the time of evaluation. The contract will likely be awarded based on a combination of price, technical merit, and past performance. The estimated funding for this project is between $250,000 and $500,000, with quotes being evaluated for competitiveness. Vendors should submit their quotes through the link provided in the Combined Synopsis_Solicitation document. The deadline for submission is specified in this document. For clarification or further information, vendors can contact Jonathan D Larsen at jonathan.d.larsen2.mil@army.mil.
Air Force Civil Engineering Center Land Survey Equipment
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Air Force Civil Engineering Center Land Survey Equipment The Department of Defense is seeking information on firms that can provide land survey equipment compatible with existing Department of Defense equipment. This equipment is intended to support the Air Force Civil Engineer Center. The sources sought notice is primarily for market research to determine if there are firms that possess either the specific Trimble brand equipment listed in the attached draft statement of work (SOW) Appendix 1 or equivalent equipment that provides the same capabilities and functionalities. The equipment must be able to interface with the Trimble equipment listed in the draft SOW. Interested businesses are invited to provide a capability statement in response to this requirement. Prospective contractors must be registered in the System for Award Management (SAM) prior to contract award. The Government is considering different acquisition strategies, including an indefinite delivery indefinite quantity contract with a multi-year ordering period. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334519 - Other Measuring and Controlling Device Manufacturing, with a small business size standard of 600 employees. Contractors interested in providing these services should submit a written affirmative response that includes information such as business name, address, point of contact details, business CAGE Code and Unique Entity ID number, and business type based on NAICS 334519. Contractors should also indicate if they would propose as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture. Additionally, contractors should provide information on past projects completed for the same or similar items, including any Government contracts awarded for this type of requirement. Contractors should also indicate if their equipment is available on a GSA Schedule or another Government contract, and if it can operate/interface with the Department of Defense Trimble equipment listed in the draft SOW. Contractors should confirm if their equipment meets the salient characteristics identified in the draft SOW and if it contains any parts prohibited by DFAR 252.225-7007 or 52.204-25. Contractors should also indicate the number of systems meeting the salient characteristics that they can provide within a 12-month period. All responsible sources are encouraged to submit a capability statement response to this announcement. Responses must be received by 19 August 2024 at 9:00 AM central time and should not exceed 20 pages. The Government may or may not provide answers to questions submitted in response to this sources sought.
Hydraulic Compression Press
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE Hydraulic Compression Press The Department of the Air Force is seeking a Hydraulic Compression Press through a combined synopsis/solicitation for commercial items. This press is used for hydraulic and pneumatic pressing, specifically in the machine tool manufacturing industry. The procurement is set aside for small businesses and the place of performance is Fort Johnson, Louisiana, United States. The primary contact for this procurement is Lori Quador, reachable at lori.quador@us.af.mil or (318) 456-9725. The secondary contact is Tiffany Collazo, reachable at tiffany.collazo.2@us.af.mil or (318) 456-0817. The due date for quotes is Monday, 29 July 2024.