Inactive
Notice ID:0011951801
SOURCES SOUGHT NOTICE THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Bruker XRDs FXD on a SOLE SOURCE basis, but is seeking vendors that may be abl...
SOURCES SOUGHT NOTICE THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Bruker XRDs FXD on a SOLE SOURCE basis, 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 notice. 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. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The proposed sole source Firm Fixed Price contract to Bruker AXS LLC for Bruker D2 X-ray Diffractometer Spectrometers. The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. 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: 334516 Analytical Laboratory Instrument Manufacturing with a size standard of 1,000. Items: 2(each) – Bruker XRDs FXD Item Qty. Catalogue-ID 1 2 D2_A01_A D2 PHASER diffractometer system, complete 2 2 D2_A02_2 Copper tube 3 2 D2_A03_F LYNXEYE-2 with axial Soller slit 2.5° 4 2 D2_A04_0 Harddisk with preinstalled operating system 5 2 D2_A05_B User Manual English 6 2 D2_A06_2 International keyboard 7 2 D2_A07_C Power plug for America 8 2 D2_A08_1 Rotating sample stage with 6-position sample changer, standard sample, glass slit, Anti-Scatter-Screen 1 + 3mm slit 9 2 D2_B07 Ni Filter for Cu-kß-radiation 10 2 D2_B11 Absorber Cu 99.9% 11 2 D2_B12 Ni-filter for low Cu-Kß-radiation, for LynxEye detector 12 2 D2_C05 Fixed div.slit (1X: 0.1mm) 13 2 D2_C06 Fixed div.slit (1X: 0.2mm) 14 2 D2_C07 Fixed div.slit (1X: 0.6mm) 15 2 D2_C08 Plug-in slit 3mm for LynxEye antiscatter slit extension for low angle measurements 16 2 D2_E22 Set of steel sample rings with specimen well Ø 25 mm x 1 mm for 6 position sample changer (6 pcs.) 17 12 D2_E24 Silicon crystal specimen holder for 6 position sample changer 18 2 P500A101 DIFFRAC.MEASUREMENT CENTER 19 2 P500B101 DIFFRAC.EVA (2 licenses) 20 2 WIB-1001-01130 WIBU Dongle for DIFFRAC.SUITE 21 2 7KP28028AE PDF2 22 2 862-872400 Applications Training in Madison, 2 days 23 2 862-861200 D2 PHASER online training 24 2 I1000 Installation (for D2 PHASER, S2 POLAR, S2 PUMA, S6 JAGUAR) In response to this sources sought, including any capability statement, shall be electronically submitted to the Contract Specialist, Larry Bush, in either Microsoft Word or Portable Document Format (PDF), via email larry.c.bush6.civ@army.mil please provide: 1. Name of the firm, point of contact, phone number, email address, Unique Identifier 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. If the company has a GSA Schedule provide the schedule 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 2021-O0008) “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 Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.