SOURCES SOUGHT
Q -- Request for Information (RFI) for Multi-Matrix Sample Analysis Services
- Notice Date
- 6/7/2022 10:45:48 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- PANMRA22P0000_004309
- Response Due
- 6/15/2022 7:00:00 AM
- Point of Contact
- Jesse Nisley, Erin Maddox
- E-Mail Address
-
jesse.d.nisley.civ@mail.mil, erin.j.maddox.civ@mail.mil
(jesse.d.nisley.civ@mail.mil, erin.j.maddox.civ@mail.mil)
- Description
- INTRODUCTION The U.S. Army Medical Research Acquisition Activity (USAMRAA) is issuing this sources sought synopsis on behalf of the U.S. Army Public Health Center (APHC) as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for analysis of the concentration of per- and polyfluoroalkyl substances (PFAS) in various matrices collected from toxicological studies utilizing the Environmental Protections Agency (EPA) Draft Method 1633. � Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location- 100%�At Contractor Site DISCLAIMER This is a Request for Information (RFI), as defined in FAR 15.201(e), to ascertain whether a commercial item exists that provides the capabilities described herein. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained. PROGRAM BACKGROUND The APHC is part of the U.S. Army Medical Command (MEDCOM) and focuses on epidemiology, laboratory sciences, occupational health sciences, public health information and toxicology to enhance Army readiness and assure the quality and effectiveness of Army�s Public Health Enterprise. Data from this requirement will used to identify potential health hazards in the operational environment and occupational exposures. REQUIRED CAPABILITIES The Contractor shall provide services in support of the areas specified in Program Background (above), including (1) shipment, receipt, handling, and processing, (2) homogenization of tissue and body samples, (3) determining the concentration of 40 PFAS analytes in various matrices via EPA Draft Method 1633, and (4) providing data, final reports, and any samples not completely consumed during analysis to APHC within 45 business days from the completion of sample analysis. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. SPECIAL REQUIREMENTS: The Contractor shall have the capability to determine the concentration of PFAS analytes in various matrices via EPA Draft Method 1633. ELIGIBILITY The applicable NAICS code for this requirement is 541380, Testing Laboratories, with a Small Business Size Standard of $16.5M. The Product Service Code is Q301, Medical- Laboratory Testing. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10:00 AM, Eastern Time, 15 June 2022. All responses under this Sources Sought Notice must be e-mailed to jesse.d.nisley.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) For small businesses, please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in the PWS for the base period as well as the option period. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, SAM Unique Entity ID, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a 12-month base period plus one 12-month option period with performance commencing around 01 September 2022. The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jesse Nisley, in either Microsoft Word or Portable Document Format (PDF), via email at jesse.d.nisley.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2ef4f84d1e5e4a03823a4480e15295d5/view)
- Record
- SN06350567-F 20220609/220607230104 (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 |