SOLICITATION NOTICE
A -- Notice of Intent to Sole Source ADVFY18RD00007
- Notice Date
- 2/16/2018
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- ADVFY18RD00007
- Archive Date
- 3/31/2018
- Point of Contact
- Jennifer M. Reed, , Thomas L. Hood,
- E-Mail Address
-
jennifer.m.reed20.civ@mail.mil, thomas.l.hood26.civ@mail.mil
(jennifer.m.reed20.civ@mail.mil, thomas.l.hood26.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under FAR authority FAR 6.302-1 to Assay Technology, Inc., 1382 Stealth St, Livermore, CA. The performance will require the delivery of disk sampling stations, in which the contractor will analyze the environmental exposure data retrieved from the stations. The purpose of this contract is to continue researching the health effects of the enclosed submarine atmosphere through execution of the Submarine Atmosphere Health Assessment Program (SAHAP). SAHAP deploys passive chemical dosimeters (sampling stations) onboard US Navy submarines to determine concentrations of various compounds in the atmosphere; then compares them to established Navy 90-day limits. The Naval Submarine Medical Research Laboratory (NSMRL) requires contracted laboratory support to manufacture and analyze the custom chemical dosimeters, which are necessary to sample the atmosphere in the dynamic submarine environment, on an as-needed basis. NSMRL will order up to 1250 custom sampling stations from the contractor per year. The quantity and type of sampling stations in each order may vary. Custom Sampling Stations ordered by the government shall be manufactured and delivered within three (3) weeks of the order date. NSMRL shall return up to 1250 samples to the contractor following the exposure period for analysis. Analysis of custom sampling stations that are returned to the contractor after exposure shall be completed within three (3) weeks of receipt. Upon completion of analysis, the contractor shall report the outcome of the analysis in the form specified in the Performance Work Statement (PWS). The estimated period of performance is for a 12-month base period plus four, 12-month option periods, for a total of 60 months of performance. This procurement supports ongoing research under the SAHAP program. Utilizing a variety of sampling stations and forms of measurement from a different supplier would cause disparities in data samples, which would compromise the validity of the SAHAP studies. Therefore, NAVMEDLOGCOM intends to award this requirement as a sole source to Assay Technology, Inc. via a firm-fixed price, single award indefinite-delivery indefinite-quantity (IDIQ) contract vehicle. A sources sought notice was issued on 02 February 2018 for this requirement and the Government determined after the review of capability statements, that no other source had the capability to perform the required work. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on 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 or to proceed with a sole source contract. Capability statements are due by 1:00 PM Eastern Time, 03 March 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following addresses: jennifer.m.reed20.civ@mail.mil and thomas.l.hood26.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/ADVFY18RD00007/listing.html)
- Place of Performance
- Address: Naval Submarine Medical Research Laboratory (NSMRL), Groton, Connecticut, 94551-9356, United States
- Zip Code: 94551-9356
- Record
- SN04826997-W 20180218/180216231304-2ee0aba91778f5d73c68a1d01f9055b3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |