SPECIAL NOTICE
J -- Notice of Intent to Sole Source, ABLS Periodic Maintenance and Engineering Support for ERDC GSL
- Notice Date
- 7/9/2025 2:29:59 PM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ25N2692
- Response Due
- 7/15/2025 11:00:00 AM
- Archive Date
- 07/30/2025
- Point of Contact
- Jennifer Hoben, David Ammermann
- E-Mail Address
-
Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil
(Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil)
- Description
- The US Army Corps of Engineers, Engineer Research and Development Center (ERDC), has a requirement to procure periodic maintenance (PM) and engineering support services for the ERDC�s currently owned 12-ft x 12-ft Advanced Blast Load Simulator (ABLS-12). The ERDC intends to issue an award to Stumptown Research and Development LLC (CAGE Code: 824N1) on a sole source basis under the authority of Federal Acquisition Regulation (FAR) 13.500. Stumptown Research and Development LLC designed and constructed the gas flow system used to operate the ERDC�s current ABLS-12. The maintenance schedule developed for the ABLS Device will need to incorporate all the ABLS physical device components, as well as the electrical and gas flow systems. Stumptown Research and Development LLC also holds a license agreement with the designer of the patent for the ABLS device. Therefore, Stumptown Research and Development LLC is the only vendor capable of developing and maintaining a maintenance schedule and engineering support services for the ABLS device. Stumptown Rearch and Development LLC is a small business concern. The NAICS code for this requirement is 811210 (ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE) with a size standard of $34,000,000 dollars. 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. The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and 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. Verbal communications are not acceptable in response to this notice. Responses to this requirement may be submitted to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil. The solicitation number shall be included in the subject line of the e-mail submission. Responses must be received no later than 1:00PM CST on 15 July 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d52acbb9b24f4f8fbf6bf73721143e29/view)
- Place of Performance
- Address: Vicksburg, MS, USA
- Country: USA
- Country: USA
- Record
- SN07502737-F 20250711/250709230046 (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 |