SOURCES SOUGHT
A -- Chemical Warfare Agent Open-Air Testing
- Notice Date
- 2/5/2024 10:25:23 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-24-CHEM-OAT
- Response Due
- 3/1/2024 2:00:00 PM
- Archive Date
- 03/16/2024
- Point of Contact
- Dan Adams, Jason G. Papadopoulos
- E-Mail Address
-
dan.l.adams2.civ@army.mil, jason.g.papadopoulos.civ@army.mil
(dan.l.adams2.civ@army.mil, jason.g.papadopoulos.civ@army.mil)
- Description
- SYNOPSIS:� THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This Request for Information is solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any costs incurred in developing information provided to the United States Government. Not responding to this Sources Sought �Synopsis does not preclude participation in any future RFP, if any is issued. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. DESCRIPTION:� The United States Army Contracting Command, on behalf of the Joint Program Executive Office for Chemical Biological Radiological and Nuclear (JPEO-CBRN) Defense and Joint Project Manager (JPM) for CBRN Protection is seeking to obtain better knowledge and understanding of industry capabilities regarding testing in an Open-Air environment. JPM CBRN Protection has the requirement to test hazard mitigation, protection and detection technologies and equipment with live chemical agents in an outdoor open-air environment. This live agent testing will be utilized to assess performance of current and proposed detection and decontamination technologies and gain critical data on various compounds of interest (COI) persistence and phenomenology. �To determine the overall effectiveness of the processes and equipment, the demonstrations will be conducted on all desired materials in a large scale, operationally realistic open air-environment. Specific information is sought for Contractors who are capable of meeting the following requirements: Test Facility Coordination and Planning. This includes but is not limited to: coordination the test facility and any other pertinent organizations to develop a written test and safety plan for testing live agents in the outdoor environment; coordination with the test facility agency to maintain the appropriate international agreements and approvals for both the US government and the test site government; and conduct all coordination with the test facility agency to initiate all new agreements and licenses necessary to conduct the required testing events and comply with US International Traffic in Arms Regulations. QUESTIONS:� Any questions for clarification may be emailed to Lynn Hintze, at lynn.hintze@usmc.mil by 5:00 p.m. EST on 19 February 2024. RESPONSES:� 1.�� �Potential Respondents shall provide evidence that they have the demonstrated capability of meeting all requirements of this sources sought. 2.�� �Respondents must include evidence of adherence to Department of State and US International Traffic in Army Regulations for their location. 3.�� �Respondents must show proof of ability to meet testing requirements within 30 days of notice by the contracting officer. 4.�� �Respondents must provide a capability statement discussing its current and past contracts with the US Government and Department of Defense agencies for similar requirements and its ability to provide qualified individuals to provide the required services. The capability statement should also discuss any teaming/subcontracting arrangements and the division of labor among the respondent and team members for subcontractors. 5.�� �Respondents must identify business size status and socioeconomic profile, detailing whether it can be considered a small business, woman owned small business, small disadvantaged business etc. For the purpose of this response, provide business size & profit status with respect to NAICS 541330, Engineering Services & NAICS 541380, Scientific Services � Test Laboratories, which both have a small business size standard of $15,000,000 in annual receipts. Vendors who believe they have a solution are requested to submit a short summary by 5:00 p.m. EST on 1 March 2024. All responses to this Sources Sought shall be submitted via email to Dan Adams, Contracting Officer, at dan.l.adams2.civ@army.mil.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac597aab68284c7dbd0c42d360d91375/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN06955514-F 20240207/240205230043 (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 |