Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2020 SAM #6883
SOURCES SOUGHT

99 -- Soil Research for Army Training Ranges

Notice Date
10/1/2020 11:50:54 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
PANMCC-20-P-0000-026534
 
Response Due
10/12/1320 10:00:00 PM
 
Archive Date
10/28/1320
 
Point of Contact
Erik Reta, Phone: 9283286163, Fax: 9283286534, Edgar Angulo, Phone: 9283286172
 
E-Mail Address
erik.m.reta.civ@mail.mil, edgar.angulo.civ@mail.mil
(erik.m.reta.civ@mail.mil, edgar.angulo.civ@mail.mil)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for Soil Research for Army Training Ranges, 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 service contract is for Soil Research for Army Training Ranges.� The statutory authority for the sole source procurement is FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.� Attached is the draft Performance Work Statement (PWS). 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:� 541380 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 and identify alternatives or� solutions.� Also 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 Sources Sought Synopsis.� 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, 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. 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.� 5. Information about your organization�s educational qualifications and technical work experience related to the characterization of environments and soils from extreme natural environments (desert, artic, and tropic regions), emerging technologies in explosive device detection sensor technologies, and sensor and software development for characterizing a visually degraded environment. 6. Information about your organization�s historical work experience at U.S. military test centers where your contractors demonstrated the organization�s ability to adhere to DOD Policies and Regulations and performed worked in collaboration with government engineers and scientists. 7. Information regarding the extensiveness of your organization�s catalog of soil and environmental data for locations with current U.S. military contingency operations and also near-peer adversary contested areas across the globe. 8. Technical capabilities and experiences that would be provided by your company to support the following: Physical characterization and evaluation of Longitudinal Grades, Horizontal Slopes, Surface Roughness (RMS), and Soil Classification. Developing and hosting a web based visualization tool and database. Experience performing soil chemical analysis and determination of composition. Experience measuring and reporting on dust concentrations. Determination of explosive effects on soil constituents. Reporting and analysis of Atmospheric Corrosion Factors 9. 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. 10.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 11.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f3b5e0a8ffa4fbb839fcb8a9f43ebb2/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05817365-F 20201003/201001230154 (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.