Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2022 SAM #7420
SOURCES SOUGHT

J -- GASMET DX4000 FTIR MAINTENANCE & REPAIR

Notice Date
3/23/2022 8:45:32 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-22-Q-0008
 
Response Due
4/3/2022 9:00:00 AM
 
Point of Contact
JEREMY MACDOUGALL, Phone: 4358313429
 
E-Mail Address
jeremy.a.macdougall.civ@army.mil
(jeremy.a.macdougall.civ@army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT NOTICE ONLY.� The Chemical Test Division/West Desert Test Center located at US Army Dugway Proving Ground, Utah currently intends to award a contract for DX-4000 FTIR GAS ANALYZER Maintenance & Repair on a �Sole Source Basis�, but is seeking vendors that may be able to supply the required supplies for 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. A signed FAR Part 13 Sole Source Justification and Approval (JA) will be completed if no other sources other than Manufacturer is identified. The government intends to award, on a Sole Source basis utilizing: Gasmet Technologies Inc. 5865 McLaughlin Road, Unit 1 Mississauga, ON L5R 1B8 (647) 985-0449 GASMET Inc. is the Original Equipment Manufacturer. The FAR Authority and U.S. Code are: 13.106-1(b). Only one responsible source and no other supplies or service will satisfy agency requirements. This acquisition is conducted under the authority of United States Code (U.S.C.) 10 U.S.C. 2304(c)(1) or 41 U.S.C. 3304(a)(1). THIS NOTICE OF INTENT/SOURCES SOUGHT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. 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 Government-wide Point of Entry (GPE). 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 10:00 A.M. Mountain Daylight Time, 03 April, 2022. 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(s). All inquiries shall be clearly marked with Sources Sought ID Number W911S6-22-Q-0008 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. �It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.� The NAICS code is: 811219. �SBA Size Standard is $22 M.� THE PSC IS J066. ACQUISITION PURPOSE AND OBJECTIVES: The Chemical Test Division/West Desert Test Center located at US Army Dugway Proving Ground, Utah wishes to further extend its capabilities while meeting mission requirements. The demand for ultra-high-speed imagery has increased within the last 5 years as more tests require access to the analytical product provided by these data types. Ultra-high-speed imagery is utilized in nearly all of the testing types provided by Dugway Proving Ground. Purchase of additional ultra-high-speed cameras will help to support WDTC�s mission readiness and effectiveness in the coming years.�� This proposed action is to obtain original equipment manufacturer (OEM) Services for the following items: � MFR P/N#� � � � � � � � � � � � � � � �PRODUCT DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �QTY SER082� � � � � � � � � � � � � � � � � Maintenance/Repair services for DX4000 FTIR Gas Analyzers� � � � 8 EA DAP/FOB DESTINATION� � � �Shipping to & from� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �8 EA INSP� � � � � � � � � � � � � � � � � � � �INSPECTION LABOR� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 8 EA This notice will be distributed solely through the Contracting Opportunities (Formerly FBO) Website (https://.sam.gov/search?index=opp). Interested parties are responsible for monitoring the 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: 1.� 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. 2.� Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes.� Provide recommendations to improve the Army's specifications to acquiring the identified items. 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 to help determine if the requirement (items) 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. 5.� 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. 6.� 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 10:00 A.M. Mountain Daylight Time (MDT), 03 April, 2022.� 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(s). All inquiries shall be clearly marked with Sources Sought ID Number W911S6-22-Q-0008 and e-mailed to the Point of Contact (POC) listed below. 7.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.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. Interested parties shall enter ""DX4000 Maintenance & Repair� in subject line of email. Interested parties should provide a statement of interest. The point of contact concerning this sources sought action is Mr. Jeremy MacDougall, Contract Specialist at (435) 831-3429, or email Jeremy.a.macdougall.civ@army.mil.� Responses are due by 10:00 AM (MDT) on 03 April 2022 In order to determine the extent of industry interest and capability, interested parties must submit by e-mail to Jeremy MacDougall, Jeremy.a.macdougall.civ@army.mil.� Responses are due by 10:00 AM (MDT) on 03 April 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b1d2dd9ac0f4d7486d30f3dce9effa2/view)
 
Place of Performance
Address: Mississauga, ONTARIO L5R 1B8, CAN
Zip Code: L5R 1B8
Country: CAN
 
Record
SN06277118-F 20220325/220324211509 (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.