SOURCES SOUGHT
68 -- SPECIALITY GASES Follow on: PANMCC-20-P-0000 021333
- Notice Date
- 11/18/2020 7:41:54 AM
- Notice Type
- Sources Sought
- NAICS
- 325180
— Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
- ZIP Code
- 84022-5000
- Solicitation Number
- PANMCC20P0000021333
- Response Due
- 11/30/2020 4:00:00 PM
- Archive Date
- 12/01/2020
- Point of Contact
- Mark S. Pratt, Phone: 4358312094, Mark S. Pratt, Phone: 4358490034
- E-Mail Address
-
mark.s.pratt4.civ@mail.mil, mark.s.pratt4.civ@mail.mil
(mark.s.pratt4.civ@mail.mil, mark.s.pratt4.civ@mail.mil)
- Description
- SPECIALITY GASES Follow on: PANMCC-20-P-0000 021333 SOURCES SOUGHT The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources interested in supplying specialty and industrial gases on a specified delivery schedule to support critical mission support functions Dugway, Utah. �Delivery of bottles/tanks/vessels/dewars/etc. will be in accordance with the contract, plans, and technical specifications. The requirement will be for a base year and 4 each options periods of 1 year each. THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure the Specialty Gases on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� The Government encourages all 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ 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.� Not responding to this notice does not preclude participation in any future RFQ, if any is issued.� If a 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.� Total contract performance period is 60 months from the date of receipt of the notice to proceed. The resultant award will be a Firm-Fixed Price contract. The designated NAICS Code is 325180, Commercial and Industrial Gas Manufacturing, with a size standard of 1,000 Employees. The purpose of this effort is to track, deliver, and report on Specialty & Industrial Gases used by Dugway Proving Ground West Desert Test Center for critical mission functions. DELIVERY MAY REQUIRE UP TO 2 DELIVERIES AT DPG WEEKLY, PLEASE KEEP THIS IN MIND AS DPG IS A REMOTE LOCATION. DPG has 600+ K size cylinders and 50+ 230L DEWARs supporting the WDTC mission on a monthly basis.� Specialty and Industrial welding gases support critical laboratory experiments and field repairs to structural test fixtures.� Gases are essential for Chemical, Biological, Meteorological, and Explosive Environments testing. Historical purchasing ranges: 134450 ppm Ammonia in Nitrogen, 10 - 2630 ppm of CL2 in Nitrogen, 250 - 6000 ppm CO in Nitrogen, 200 PPM of Cyanogen Chloride in Nitrogen , 200 ppm of Ethylene Dithiol (EDT) in nitrogen, 1369 ppm of Hydrogen Cyanide in Nitrogen, 90 - 3860 ppm of Hydrogen Sulfide in Nitrogen, and 1470 ppm of Sulfur Dioxide in Nitrogen.������������������������ ������ ������������������ The Contractor, under this contract, shall use professional standards and practices when pickup and delivery of gases and liquids ordered. This effort is limited to the products defined in Section 3 and Appendices of this document; but can be modified with agreement of both parties with respect to maximum order quantities, cylinder size, bulk quantities, and DEWAR size. Attached is the draft Performance Work Statement (PWS). NOTE: This PWS is a draft version and may change for actual solicitation. � A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed This notice will be distributed solely through the General Services Administration's 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.� Name of the firm, point of contact, phone number, email address, DUNS 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. 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.� 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. 4.� 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. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� 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 November 16, 2020 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 new contractor registrant to provide a written (hard copy), 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), November 30, 2020 via email (mark.s.pratt4.civ@mail.mil). Interested parties shall enter ""Specialty Gases"" in subject line of email. The point of contact concerning this sources sought action is Mr. Mark S. Pratt, Contract Specialist at (435) 831-2094, cell (435-849-0034, or email mark.s.pratt4.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/80f76cd79a93448b8c1fb1133dbf5e96/view)
- Place of Performance
- Address: Dugway, UT 84022, USA
- Zip Code: 84022
- Country: USA
- Zip Code: 84022
- Record
- SN05856389-F 20201120/201118230147 (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 |