THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Multi Shaker Vibration Chamber System Maintenance & Calibration on a sole source basis but is seeking vendors that may be able to supply the required maintenance/repair services for this requirement to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Business, Women-Owned Small Business concerns), are asked to identify their capabilities in meeting the requirements at a fair market price. This information will help support a set-aside.
The proposed sole source contract type will be determined after proper market research has been conducted. In the event no other sources other than the manufacture are identified, a Justification and Approval (J&A) will be completed using statutory authority 10 U.S.C §3204(a)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
THIS NOTICE OF INTENT/SOURCES SOUGHT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE), sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The NAICS code is: 811310. Size Standard is $8M.
ACQUISITION PURPOSE AND OBJECTIVES:
The contractor shall perform the following general functions: provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Vibration Chamber System Maintenance & Calibration for the Multi Shaker System. Additional requirements include developing, fabricating, reconfiguring and installing several subsystems to meet the requirements and specifications of this contract including performing the required services IAW the requirements listed in the Preventative Maintenance Program for the Multi-Shaker system, maintenances manuals and warranty requirements and provide all service replacement parts, filters, oils, and seals as required.
- Extended Warranty on both Jaguar Systems (2580-1325 and 2560-1368)
- Jaguar Controller Software Updates
- Jaguar Controller Calibration (Onsite)
- Jaguar Preventative Maintenance
- Shaker Preventative Maintenance
- Jaguar Controller Technical Support
- Phone Support
- Twice a year visits to DPG for regular maintenance IAW the current Preventative Maintenance Program for Multi-Shaker System
- Shaker parts, Slip Table parts, Vertical System parts and Jaguar Controller parts
- Two (2) emergency call outs for repair
- Backup parts purchase/Rollover Money (If needed/funding allows)
The full details of the requirement are provided in the attached draft Performance Work Statement (PWS).
Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement:
1. Name of the firm, point of contact, phone number, email address, commercial activity/government entity (CAGE) code, Unique Entity Identifier (UEI) number, corresponding NAICS code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes. Provide recommendations to improve the Army's specifications for acquiring the identified items.
3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
4. Information to help determine if the requirement (items) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) and shall enter "Vibration Calibration System Maintenance” in subject line of email. Responses must be submitted no later than 2:00 PM, Mountain Standard Time (MST) on February 23rd, 2026 via email to Contract Specialist, Nicholas J. Rowton at nicholas.j.rowton.civ@army.mil. To protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications briefly listed above and thoroughly detailed in the attached PWS. All correspondences shall reference the sources sought announcement number W911S6-26-Q-A00X. Telephone inquiries will not be accepted, receipt of submissions will not be acknowledged, and no feedback will be provided to companies regarding their submissions.