Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2020 SAM #6635
SOURCES SOUGHT

66 -- MiniCam Parts

Notice Date
1/27/2020 6:59:39 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-20-Q-0003
 
Response Due
2/3/2020 1:00:00 PM
 
Archive Date
05/31/2020
 
Point of Contact
Paul E. Frailey, Phone: 4358312587, Christy J. Hansen, Phone: 4358312103
 
E-Mail Address
paul.e.frailey.civ@mail.mil, christy.j.hansen.civ@mail.mil
(paul.e.frailey.civ@mail.mil, christy.j.hansen.civ@mail.mil)
 
Description
SOURCES SOUGHT SYNOPOSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for MINICAMS replacement and repair parts on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source contract type will be determined after proper market research has been conducted to CMS Field Products for replacement and repair parts of MINICAMs. The statutory authority for the sole source procurement is Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements.� THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 3:00 P.M. Central Standard Time, 03 February 2020. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item. All inquiries shall be clearly marked with Solicitation Number W911S6-20-Q-0003 and e-mailed to the Point of Contact (POC) listed below. 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.� Submittals will not be returned to the responder.� 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.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The NAICS code is: 334516, Number of Employees: 1000. Purchase of replacement and repair parts for MINICAMS SAFETY AIR MONITORING EQUIPMENT. These parts will replace or repair MINICAMS parts that are used in all phases of testing. ITEMS TO BE PURCHASED: 5.00 Each GC column, MINICAMS, DB-1, 15-m, uninstalled 5.00 Each GC column, MINICAMS, DB-210, 15-m, uninstalled 10.00 Each PCT heater, Series 3000 and 3001, 2.1"" 10.00 Each FPD ignitor, Series 3001 10.00 Each XSD probe/signal cable, 3-ft 5.00 Each Cable, reactor power, 3-ft 5.00 Each Cable, XSD controller to PMT, 3-ft 20.00 Each XSD probe assembly 200.00 Each Valve spider 2.00 Each Valve shim, package of 100 each 10.00 Each Restrictor, 250-mL/min, stainless steel 1.00 Each Screen, 1/8-in.-dia., 200 mesh, package of 25 each 2.00 Each Screen, �-in.-dia., 200 mesh, package of 25 each 10.00 Each Cable for use with linear mass flow controller with DB-9 connector 5.00 Each O-ring, .005, PTFE, package of 10 10.00 Each Fan assembly, 3�, AC, GC 1.00 Each Cotter pin, .035"" diameter, 7/16, package of 50 5.00 Each Dual electrometer board, 1.00 Each Stream-selection system, 2-port MINICAMS is a fully automated, continuous, near-real-time air monitoring system. It was designed primarily for use in the U.S. Army's Chemical Stockpile Disposal Program as an automated chemical-vapor alarm system for monitoring of workplace air and other potentially contaminated in-plant zones, e.g., stack exhausts, ducts, filter banks, etc. It also works well for support of materials-penetration and permeation studies and many other laboratory or on-site test efforts involving a need to detect and quantify chemical vapors automatically and continuously. It provides audible, visible, and electrical alarm responses to toxic military chemical agent vapors, e.g., GB, VX, HD, etc., and to many other substances at any of a variety of regulatory threshold concentrations, e.g., TWA, MDL, PEL, etc. It also provides accurate vapor concentration readings at concentrations in the general vicinity of the preset alarm threshold. It was specifically designed to detect and accurately quantify the chemical agents and other volatile and semi-volatile compounds at far lower concentrations than most other chemical vapor monitors. MINICAMS is a readily transportable system that is designed to be set up and operated at fixed indoor locations or (under mild conditions) at sheltered outdoor monitoring stations, although instances of successful use in vehicles and other mobile platforms have occurred. It requires one or more compressed gases and a source of 117VAC electrical power for its operation. This notice will be distributed solely through the BetaSam Website (https://beta.sam.gov). Interested parties are responsible for monitoring the BetaSam site to ensure they have the most up-to-date information about this acquisition. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: In response to this sources sought, please provide: 1.� �Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 BetaSam notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding Certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) And the corresponding NAICS code. 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 in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5.� Information to help determine if the requirement (item or service) 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. 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. All potential offerors must be registered in the System for Award Management (SAM), effective 27 January, 2020 to receive government contracts. NOTE: In March 2018, the General Services Administration (GSA) implemented fraud prevention security measure in the System for Award Management (SAM) which required every notarized letter confirming the entity's Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration. Effective 29 April 18, the notarized letter process is now mandatory on all Current registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. The Office of the Secretary of Defense and GSA realizes the length of time needed to transmit, receive, process, and approve the notarized letters presents a significant impact on the ability of the contracting activity to make timely awards, but in order to mitigate the concern of fraud, these steps and the time need for processing, is unavoidable. Coordinated pre-planning and communication can help minimize this impact. The notarized letters must be postal service mailed (not emailed or faxed) to the ""Federal Service Desk"" and must contain the information outlined in the SAM posted FAQ at: (https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update�� 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 evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Christy J. Hansen, Purchasing Agent, 5330 Valdez Circle, MS #1, 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. Interested parties shall enter ""MINICAMS Parts"" in subject line of email. The point of contact concerning this sources sought action is Ms. Christy J. Hansen, Purchasing Agent at (435) 831-2103, or email christy.j.hansen.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9951ad4c4a14b6093dbd03fb21f4568/view)
 
Place of Performance
Address: Dugway, UT, USA
Country: USA
 
Record
SN05544645-F 20200129/200127230133 (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.