Aerosol Calibration Equipment
SOURCES SOUGHT SYNOPOSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Aerosol Calibration Equipment on an SOLE SOURCE basis, but is seeking vendo... SOURCES SOUGHT SYNOPOSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Aerosol Calibration Equipment on an 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 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. The proposed contract type will be determined after proper market research has been conducted. The government intends to award, on a sole source basis, to TSI, Incorporated for Aerosol Calibration Equipment to include setup and on-site training. The statutory authority for the sole source procurement is Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 3:00 P.M. Central Standard Time, 20 May 2019. 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. All inquiries shall be clearly marked with Solicitation Number W911S6-19-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. 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, size Number of Employees is: 1000 ITEMS TO BE PURCHASED: Purchase of scanning mobility particle sizer, advanced aerosol neutralizer, and special materials that includes the fixtures for a calibration bench top system enabling in-house calibration of aerosol detection referee instruments including TSI manufactured Aerodynamic Particle Sizer (APS) and Ultraviolet Aerosol Particle Sizer (UV-APS). Services include bench top setup and on-site training of personnel on the use of the bench top equipment and software. . Quantity Unit of Measure Description 1 EA Scanning Mobility Particle Sizer (SMPS system includes 3082 Classifier, 3081A Long DMA, 3750 CPC, and associated accessories. Requires external vacuum source and aerosol neutralizer (both sold separately)). 1 EA Advanced Aerosol Neutralizer (Soft Xray) 1 EA Vacuum Pump (115/220 VAC, 50/60 Hz) 1 EA Filtered Air Supply - filtered air supply (membrane dryer) 1 EA Constant Output Atomizer (Constant Output Atomizer for laboratory use) 1 EA 6 Jet APS Aero Generator Fixture 2 EA Diffusion Dryer 1 EA Neutralizer Kr-85 (370MBq/10mCi) (Aerosol Neutralizer, Kr-85 (370 MBq, 10 mCi) 50LPM) 3 EA Flowmeter, 20 L/min, Air,O2,N2, 1/4 inch. Includes filter, AC adapter with universal plug set, 9 pin D-sub to 8 pin mini DIN computer cable, 8 pin mini DIN to stripped and tinned leads, RS232 command set manual, owner's manual, calibration certificate, and 12 month warranty. 6 EA Bottle, 32OZ. Nalgene 2006-0032 3 EA HEPA Capsule Filter 1 EA Sample Tray 5.0 UM Non-FL PSL 1 EA Sample Tray 7.0 UM Non-FL PSL 1 EA Sample Tray 10 UM Non-FL PSL 1 EA Sample tray 15 UM Non-FL PSL 1 EA Sample Tray 20 UM Non-FL PSL 1 EA PSL 5 MICRON DRY 1g ISO21501 1 EA PSL 10 MICRON DRY 1g ISO21501 1 EA Fixtures for a dual 3321/3330 Calibration Bench, a modified software package for interfacing with the dual bench functionality and a controller for bench operations. 1 EA Particle training at customer site 3 EA Installation & Training The items listed above will provide an accredited calibration capability to perform in-house calibration on the existing calibration system historically shipped to the vendor for this service. Having the necessary calibration equipment on site ultimately ensures the UV-APS and APS instruments perform at original manufacture specifications and are operational to support test referee requirements. This capability requires (1) procurement of an aerosol calibration system that is accredited and has factory traceability and certification and (2) on-site training of the calibration system by the original manufacturer and receive certification for aerosol particle calibration at BTD and by BTD personnel. This capability enables BTD to perform calibration as required and perform quality control and validation to support test and evaluation requirements on demand. If this requirement is not procured it will impact the Government's ability to support JPEO-CBRND SUT, and delay future testing of programs of record. TSI is the sole manufacturer of the calibration equipment to calibrate UV-APS and APS units and the only vendor that produces the calibration equipment and bench top software. This notice will be distributed solely through the Federal Business Opportunities (FBO) Website (www.fedbizopps.gov). Interested parties are responsible for monitoring the FBO 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: In response to this sources sought, please provide: 1. 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 210-466-3015, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding Certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) And the corresponding NAICS code. 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 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. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5. Information to help determine if the requirement (item or service) 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. 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. All potential offerors must be registered in the System for Award Management (SAM), effective October, 30, 2018 to receive government contracts. NOTE: In March 2018, the General Services Administration (GSA) implemented fraud prevention security measure in the System for Award Management (SAM) which required every notarized letter confirming the entity's Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration. Effective 29 April 18, the notarized letter process is now mandatory on all Current registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. The Office of the Secretary of Defense and GSA realizes the length of time needed to transmit, receive, process, and approve the notarized letters presents a significant impact on the ability of the contracting activity to make timely awards, but in order to mitigate the concern of fraud, these steps and the time need for processing, is unavoidable. Coordinated pre-planning and communication can help minimize this impact. The notarized letters must be postal service mailed (not emailed or faxed) to the "Federal Service Desk" and must contain the information outlined in the SAM posted FAQ at: (https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update) PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Mark S. Pratt, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), May 20, 2019 via email (Christy.j.hansen.civ@mail.mil). Interested parties shall enter "Aerosol Calibration Equipment" in subject line of email. The point of contact concerning this sources sought action is Ms. Christy Hansen, Purchasing Agent at (435) 831-2103, or email Christy.j.hansen.civ@mail.mil. .
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »