Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOURCES SOUGHT

49 -- USAFA Vehicle Testing Analysis Sources Sought

Notice Date
7/2/2025 9:44:46 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA7000VTASS
 
Response Due
7/9/2025 1:00:00 PM
 
Archive Date
07/10/2025
 
Point of Contact
Katlyn Blacksten, Phone: 7193333142, Nicole Cibula
 
E-Mail Address
katlyn.blacksten@us.af.mil, nicole.cibula@us.af.mil
(katlyn.blacksten@us.af.mil, nicole.cibula@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a SOURCES SOUGHT (SS) for the upcoming USAFA Vehicle Testing Analysis Suite acquisition. This SS is for information and planning purposes only and does not constitute a solicitation or a commitment by the Government. DO NOT submit a quote or proposal in response to this SS. Information provided in response to this SS/RFI is strictly voluntary. There will be no compensation from the Government for the information provided. A formal solicitation may be executed at a future date. Market research is being conducted on businesses capable for providing a vehicle axle/hub dynamometer for the United States Air Force Academy (USAFA)?Dean of Faculty Mechanical Engineering department (DFME). The North American Industry Classification System (NAICS) Code proposed is 334519. The size standard is 600 employees.? The Vehicle Testing Analysis Suite system must possess the following salient characteristics:? Be a hub-mounted eddy-current brake dynamometer. Be able to operate in either 4WD or 2WD. Support at least 1000 lb. per pod. Achieve a minimum of 1600Nm of braking torque per wheel. Have a minimum power absorption of 800 hp at 2000RPM. Be able to perform steady-state testing for more than 5 minutes. Allow for rotational speeds greater than 2500RPM. Operate on standard US 110 and/or 220-240 VAC and/or 440-480 VAC 3 phase using a common plug interface. Compatible with manual, automatic, and CVT transmissions. Provide real-time torque, power, and RPM display and visualization. Record torque, power, RPM, and other inputs to a common standard for later analysis. Include additional data collection methods including an OBD II reader and a data acquisition system capable of measuring temperature. Be mobile and capable of easy relocation without permanent installation. Include a perpetual license for all provided software. Include an effective cooling system for prolonged testing scenarios. Have a dedicated and intuitive user interface and control station. Includes common bolt pattern attachments/ adapters for most vehicles and FSAE. Include delivery, initial verification/install support and training. Include at least a one-year warranty. The contract type will be a firm-fixed price contract.??Delivery is FOB: Destination to USAF Academy, CO 80840. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers.? All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.?Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management expiration date. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.?The website for registration is www.sam.gov.? Email your responses to Katlyn Blacksten, Contract Specialist, at katlyn.blacksten@us.af.mil AND Nicole Cibula, Contracting Officer, at nicole.cibula@us.af.mil. Telephone responses will not be accepted.? RESPONSES ARE DUE NO LATER THAN: ?1400 MDT 09 Jul 2025? This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation (FAR), the Government is conducting market research to determine the availability and adequacy of potential business sources in providing the capabilities to meet the requirements of the Government. This Sources Sought does not constitute a solicitation for bids or quotations, and it is not to be construed as a commitment by the Government. All information submitted by respondents to this request is strictly voluntary. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Funds are not currently available for this effort.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/115b7a4140a5472f8c9a48a8d7ec3dee/view)
 
Place of Performance
Address: USAF Academy, CO, USA
Country: USA
 
Record
SN07498043-F 20250704/250702230049 (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.