SPECIAL NOTICE
B -- Notice of Intent to Sole Source - Soil Sample Analysis (UMASS)
- Notice Date
- 4/11/2022 12:22:31 PM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E522N5026
- Response Due
- 4/15/2022 10:00:00 AM
- Point of Contact
- Kasey Davis
- E-Mail Address
-
Kasey.T.Davis@usace.army.mil
(Kasey.T.Davis@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to the University of Massachusetts - Amherst (UMass-Amherst) upon the basis of the authority provided at FAR 13.106-1(b)(1). The ERDC-CRREL�s Biogeochemical Sciences Branch (BSB) in Hanover, NH has a requirement to analyze 25 soil samples using solid-state nuclear magnetic resonance (ssNMR) spectroscopy in one or more batches over a period of two years, provide interpretation of the NMR spectra regarding bonds involving 13C and 15N (resulting from interactions between added 13C6-15N2-2,4-dinitroanisole and soil organic matter), and provide training to the Government PI on simple ssNMR analyses and spectral interpretation. The Nuclear Magnetic Resonance Laboratory at the University of Massachusetts � Amherst (UMass-Amherst) is the only source that is reasonably available to satisfy the Government�s requirement. The Government requires a facility that 1) has a ssNMR spectrometer, 2) performs ssNMR analysis using 2,4-dinitroanisole, and 3) permits the Government Principal Investigators (PI) to observe the analyses and be trained to conduct simple analyses himself, with supervision. The grant that funds the associated project requires the Government PI, themselves, to conduct as much of the experimental work as possible. The proximity of UMass � Amherst to ERDC-CRREL permits the Government PI to travel to the UMass facility, conduct analysis, and return in a standard business day. No other commutable facility meets all the Government�s requirements.���������� The associated North American Industry Classification System (NAICS) code is 541380, which has a size standard of $16.5M. This Notice of Intent is not a request for competitive quotations; however, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Please provide responses to this notice NLT 12:00 PM CST, Friday, 15 April 2022 to: Kasey.T.Davis@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: To be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/713565a41e8d40dfa2a2b5a60fb43a85/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN06294324-F 20220413/220412211317 (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 |