SPECIAL NOTICE
A -- STEM BEHAVIORAL TEST PLATFORMS
- Notice Date
- 2/22/2022 9:51:41 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH22R0033
- Response Due
- 3/8/2022 1:00:00 PM
- Point of Contact
- Nicholas Dankanich
- E-Mail Address
-
Nicholas.j.dankanich.civ@mail.mil
(Nicholas.j.dankanich.civ@mail.mil)
- Description
- Notice of Intent to Sole Source-� STEM International Inc, Behavioral Test Platforms The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price service contract to STEM International Inc. 4692 Millennium Drive, Ste 300 Belcamp MD, 21017-1535 (DUNS 046552324; CAGE Code: 1H6P1) for assembly, maintenance, repair, replacement and upgrade services on Behavioral Test Platforms used onsite. The U.S. Army Medical Research Institute of Chemical Defense (USAMRICD) has a mission to discover and develop medical products and knowledge solutions against chemical threats with the vision of strengthening our nation and our world by rendering chemical threats medically harmless. The USAMRICD utilizes Behavioral Test Platforms in experimentation performed onsite which require periodic assembly, maintenance, upgrade, repair and replacement as they become unserviceable from use or the units require modification to better perform the behavioral assessment tasks for which they are intended. These services are necessary to support ongoing mission critical research. STEM International Inc. has been verified to have the capabilities to provide the services for assembly, maintenance, repair, replacement and upgrade services on the Behavioral Test Platforms used in the USAMRICD laboratory. The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.106-1(b)(1)(i), and the FAR citation title is ""Only one source reasonably available (e.g., urgency, exclusive licensing agreement, brand name or industrial mobilization)"". This Notice of Intent to Sole Source is for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement before the closing date of this public notice. A determination to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. Interested vendors should submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 4:00 p.m. (EST) 08 March 2022 via e-mail to the Contract Specialist, Mr. Nicholas Dankanich at Nicholas.j.dankanich.civ@mail.mil. No phone calls will be accepted. No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a6d74a12fdb4b2387fd58cb40045f17/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN06247961-F 20220224/220222230105 (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 |