SOURCES SOUGHT
66 -- FTIR System- Lab Equipment
- Notice Date
- 3/22/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-16-T-0011
- Archive Date
- 4/16/2016
- Point of Contact
- Samuel C. Layton, Phone: 4358312932
- E-Mail Address
-
samuel.c.layton8.civ@mail.mil
(samuel.c.layton8.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources that can provide purchase Fourier Transform Infrared (FTIR) system integrated with surface imaging system, Thermogravimetric analyzer (TGA), TGA auto-sampler, and gas transferring system from TGA to FTIR. Procurement of the requested hyphened FTIR system must be procured from one manufacturer to ensure compatibility of each component. There are four components; FTIR system, FTIR microscope, imaging system, TGA and gas transfer system to FTIR. The requiring activity for this procurement is the West Desert Test Center's (WDTC) Chemical Test Division, U.S. Army, Dugway Proving Ground, UT. It is the intent of the United States Army to negotiate on a Sole-Source basis with Perkin Elmer, Inc., 940 Winter St., Waltham MA, 02451. This announcement is posted in an effort to discover other sources with capabilities to meet the Government's requirement. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334516 and the size standard is 500 employees. The Non- Manufacturer Rule applies to this NAICS/FSC Code. Qualified companies are encouraged to respond. Responses should provide the following information in response to this Sources Sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of providing this type of equipment (identify any relationship with work conducted with the Government's chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request For Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent review of quotes submitted in response to any resulting future formal Request for Quotation. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CHD-DP (Samuel Layton, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), April 1, 2016 via email (samuel.c.layton8.civ@mail.mil), or facsimile (435-831-2085). The point of contact concerning this sources sought action is Mr. Samuel C. Layton, Contract Specialist at (435) 831-2932, or email samuel.c.layton8.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dbcdada9c6a754f50bd99cf83acb3ecc)
- Record
- SN04058687-W 20160324/160323001104-dbcdada9c6a754f50bd99cf83acb3ecc (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 |