SOURCES SOUGHT
66 -- CTS PROFICIENCY TEST
- Notice Date
- 8/2/2022 5:55:05 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
- ZIP Code
- 30905-5719
- Solicitation Number
- 0011810747
- Response Due
- 8/9/2022 6:00:00 AM
- Point of Contact
- Larry Bush, Phone: 7067911815, Sherrilyn Rice, Phone: 7067911831
- E-Mail Address
-
larry.c.bush6.civ@army.mil, sherrilyn.u.rice.civ@army.mil
(larry.c.bush6.civ@army.mil, sherrilyn.u.rice.civ@army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Collaborative Testing Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it 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.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Government wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is 541380, Analytical Laboratory Instrument Manufacturing. �The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the following: Quantity Test Number �������������������� Test Series Name ���������������������������� ��������������� ��������������� Ordered 5001-2023 ������������������������ Drug Analysis�������������������� ��������������� ��������������� ��� ����������� 13 ships 1st half of 2023 5002-2023 ������������������������ Drug Analysis������������������������������������ ��������������� �������������� 12 ships 2nd half of 2023 5041-2023��������������������������� Synthetic Drug Analysis ������������� � ��������������� ����� �������� 2 ����������������������������������������������� ships 2nd half of 2023 5211-2023 ������������������������ Questioned Documents Examination����� ����� �������� 1 ships 1st half of 2023 5245-2023 ������������������������ Handwriting Examination - Digital Download������ 2 releases 2nd half of 2023 5250-2023 ������������������������ Serial Number Restoration������������������������������������������ 10 ships 1st half of 2023 5251-2023 ������������������������ Serial Number Restoration������������������������������������������ 10 ships 2nd half of 2023 5261-2023 ������������������������ Firearms Examination��������������������������������������������������� 10 ships 1st half of 2023 5262-2023 ������������������������ Firearms Examination��������������������������������������������������� 10 ships 2nd half of 2023 5281-2023 ������������������������ Toolmarks Examination������������������������������������������������ 10 ships 1st half of 2023 5282-2023 ������������������������ Toolmarks Examination������������������������������������������������ 10 ships 2nd half of 2023 5305-2023��������������������������� GSR Distance Determination - Digital Download 4 ships 1st half of 2023 5436-2023��������������������������� Ignitable Liquid Identification������������������������������������ 2 ships 2nd half of 2023 5439-2023 ������������������������ Fibers Analysis������������������ ����������������������������������������������� 2������������� ships 1st half of 2023 5451-2023��������������������������� Paint Analysis������������������������������������������������������������������� 2 ships 1st half of 2023 5452-2023��������������������������� Paint Analysis������������������������������������������������������������������� 2 ships 2nd half of 2023 5471-2023��������������������������� Adhesive Tape Analysis������������������������������������������������ 2 ships 1st half of 2023 5481-2023��������������������������� Glass Analysis������������������������������������������������������������������� 2 ships 1st half of 2023 5550 � 2023������� ��������������� Mobile Digital Evidence: Android Analysis������������ 3 releases 1st half of 2023 5551 � 2023������� ��������������� Mobile Digital Evidence: iOS Analysis���������������������� 3 releases 2nd half of 2023 5561 � 2023������� ��������������� Computer Hard Drive - Windows Analysis������������� 3 releases 1st half of 2023 5562 � 2023 ��������������������� Computer Hard Drive - Windows & Removable�� 3 �Media Analysi releases 1st half of 2023 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��� In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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.� Does the company have a GSA Schedule contract?�� If so provide the GSA Schedule contract number.� 2.� 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. 3. �Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.� 4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 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.� 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. 8.� 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 210-466-2269, 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 notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 9.� Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist, Larry Bush in either Microsoft Word or Portable Document Format (PDF), via email larry.c.bush6.civ@army.mil No Later Than 09:00 a.m. on 09 August 2022 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/924107e6a54e4efbbbb1d0a782b2449b/view)
- Place of Performance
- Address: Forest Park, GA 30297, USA
- Zip Code: 30297
- Country: USA
- Zip Code: 30297
- Record
- SN06411746-F 20220804/220802230126 (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 |