Advanced Blast Load Simulator Preventive Maintenance IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Army Engineer Research and Development Center (ERDC-GSL) has issued a Justification and Approval (J&A) for a sole-source Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Preventive Maintenance and Engineering Support Services for the new Advanced Blast Load Simulator (ABLS-12) in Vicksburg, MS. This J&A supports a 5-year ordering period with a capacity of $1,000,000.00. The award is justified to Stumptown Research and Development LLC due to their unique capabilities.
Scope of Work
The contractor will provide non-personal technical assistance to ERDC-GSL, specifically for the ABLS-12, which is nearing completion and calibration. Key requirements include:
- Task 1: Preventive Maintenance: Establish and implement a comprehensive PM program for the ABLS device and its components, including inspection, cleaning, lubrication, adjustment, calibration, and minor part replacement. Deliverables include a PM program schedule and documentation of all repairs.
- Task 2: Engineering Support Services: Develop new and unique test plans based on ERDC-GSL researcher needs. This involves written documentation of test plans, procedures, formulas, device configurations, and labor hour estimates, ensuring all equipment is available and operational for testing.
Contract Details
- Type: Firm Fixed Price (FFP) IDIQ Single Award Task Order Contract (SATOC)
- Duration: 5-year ordering period from the date of SATOC award.
- Value: $1,000,000.00 total capacity for the IDIQ.
- Minimum Guarantee: $10,000.00 for the first task order.
- Set-Aside: This is an "other than full and open competition" procurement, justified as sole-source to Stumptown Research and Development LLC, a small business concern.
- Authority: Title 41 U.S.C. §1901(e)(2) and FAR 13.501(a)(1)(ii) for simplified procedures.
Justification & Evaluation
The sole-source award is based on Stumptown Research and Development LLC's exclusive license agreement with the ABLS patent designer, their extensive knowledge of the device, and the lack of viable alternatives. Market research conducted in April 2025 and a Notice of Intent (NOI) posted on SAM.gov from July 3-15, 2025, yielded no responses. This document is a justification, not a solicitation for new bids. The first task order will be evaluated and awarded in conjunction with the base IDIQ SATOC.
Place of Performance
Vicksburg, MS
Contacts
- Primary: Jennifer Hoben (Jennifer.Hoben@usace.army.mil)
- Secondary: David Ammermann (david.g.ammermann@usace.army.mil)