Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2013 FBO #4358
SOLICITATION NOTICE

10 -- Technical Support for Indentifying, Testing, Evaluating, and Adopting Technologies that Enchance the Conduct of the Joint Project Manager Elimination Missions/Projects

Notice Date
10/28/2013
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-14-T-0002
 
Response Due
11/28/2013
 
Archive Date
12/27/2013
 
Point of Contact
kevan woodin, 309-782-3961
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(kevan.woodin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
It is anticipated that a sole source purchase order will be awarded, in accordance with FAR 13, Simplified Acquisition Procedures, to Dr. Tim Jones, Bel Air, MD, for providing unique and/or highly specialized services in conjunction with the management, administration, and technical support in the ongoing Joint Project Manager Elimination (JPM E) technology evaluation and application program. These services will support identifying, testing, evaluating, and adopting technologies that may enhance the JPM E missions and projects and involves multiple commercial and government performers. JPM E non-stockpile materiel includes recovered chemical weapons and miscellaneous materiel. The JPM E has developed an ongoing technology evaluation program that assists in fulfilling its mission. Technology evaluation and application activities include continuing needs assessment; improvements of currently used technologies; surveillance to identify potentially beneficial, commercially proven, technologies; technologies down-selecting, testing and adapting. The overall period of performance is anticipated to be twelve (12) months after award. The award will be as a purchase order under FAR Part 13, utilizing non-commercial terms and conditions. Dr. Jones has provided extensive and lengthy programmatic support for numerous years, resulting in acquiring unique and/or highly specialized, long-term institutional experience and knowledge working with JPM E and Idaho National Laboratory in setting up laser decontamination experiments for the EDS and also working with non-intrusive assessment and treatment technologies - (Portable Isotopic Neutron Spectroscopy [PINS], Digital Radiography and Computed Tomography [DRCT]), and Non-Intrusive Threat Detection System (NITDS). In addition, Dr. Jones has gained unique and /or highly specialized experience in supporting the overarching JPM E technology evaluation and application program, as managed by Shaw Environmental & Infrastructure, Inc. under its previous task order 0009 of its basic contract DAAA09-02-D-0006 and under the current follow-on contract W52P1J13-C-0004. Dr. Jones has extensively supported recovered chemical warfare materiel sampling, analysis, destruction, decontamination, testing, and technology development. No other contractors currently have this unique or highly qualified capability, experience, and expertise that can meet JPM E's project or programmatic technology evaluation and application program to be in place by the Nov 2013 timeframe or to provide the services at the required level of quality or in a timely, and effective manner. The proposed action is for unique and/or highly specialized services for which the Government intends to solicit and negotiate, on a sole source basis, with Dr. Jones under the authority of FAR Part 13. As such, an electronic request for quote will be sent to Dr. Jones; no formal written request for quote will be issued. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. However, this notice of intent is not a request for competitive quotes. All submitted information by interested parties that is received within thirty (30) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The submitted information by interested parties will be considered solely for the purpose of determining whether to conduct a competitive procurement. Award of the subject purchase order is anticipated to be no later than 30 November 2013. Email responses shall be submitted to the Contractoing Officer, Kevan Woodin, at kevan.m.woodin.civ@mail.mil. Phone number is 309-782-3961
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0011690e2a86e2aa90cf232999fc761c)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03223338-W 20131030/131028233835-0011690e2a86e2aa90cf232999fc761c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.