SOURCES SOUGHT
70 -- ChromNet System Upgrade
- Notice Date
- 5/18/2020 12:14:58 PM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S7-20-Q-0008
- Response Due
- 6/2/2020 8:00:00 AM
- Archive Date
- 06/17/2020
- Point of Contact
- Savannah Paukner, Lisa M. Bergstrom, Fax: 5735960267
- E-Mail Address
-
savannah.f.paukner.civ@mail.mil, lisa.m.bergstrom2.civ@mail.mil
(savannah.f.paukner.civ@mail.mil, lisa.m.bergstrom2.civ@mail.mil)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT NOTICE ONLY.� The U.S. Government currently intends to purchase equipment needed to update a ChromNet System from OI Analytical/CMS Field Products on a sole source basis, but is seeking vendors that may be able to meet 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 Government requires: Two (2) each CHROM-NET host central processing units (CPU). One (1) each CHROM-NET� Air Monitoring Data System Rev. 2. One (1) each DigiPorts 16EM Modules. One (1) each RS485 converter array with 16 ports. Eight (8) each Converters, RS485 long range, Rev. 2. The statutory authority for the sole source procurement if FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. MICC Ft Leonard Wood is seeking alternate sources that can provide Original Equipment Manufacturer (OEM) ChromNet System and Supporting Parts. 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 Government wide Point of Entry or through GSA e-Buy as appropriate.� It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The NAICS Code is 334519 Other Measuring and Controlling Device Manufacturing, with a size standard number of employees of 500. 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 and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at �scott.d.kukes.civ@mail.mil, and CC: Savannah Paukner, at savannah.f.paukner.civ@mail.mil, 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.� 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, identify business size (large business or a small business), and if applicable, 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. 3.� Identify whether your firm is an authorized vendor to provide parts and services to the Government and 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 to help determine if the requirement 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. 5.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d2fac4670fa247488154e00a2c0c83e3/view)
- Place of Performance
- Address: Fort Leonard Wood, MO 65473, USA
- Zip Code: 65473
- Country: USA
- Zip Code: 65473
- Record
- SN05661716-F 20200520/200518230157 (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 |