Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

R -- EMSS IV SOURCES SOUGHT #2

Notice Date
1/12/2021 11:58:23 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA7022 AMIC DET 2 OL PATRICK PKA PATRICK AFB FL 32925 USA
 
ZIP Code
32925
 
Solicitation Number
FA702222A0001
 
Response Due
1/26/2021 2:00:00 PM
 
Archive Date
02/10/2021
 
Point of Contact
Thomas Armstrong, Phone: 3214946537, Bryan Wolford, Phone: 3214946285
 
E-Mail Address
thomas.armstrong.11@us.af.mil, bryan.wolford.1@us.af.mil
(thomas.armstrong.11@us.af.mil, bryan.wolford.1@us.af.mil)
 
Description
The Air Force Technical Applications Center, Systems Development Directorate (AFTAC/SD) and AMIC DET 2 OL/PKA are conducting Market Research for non-personal services to provide Chemical Laboratory Services, Computer Modeling, and Chemical Engineering Support. This sources sought is one of the elements of Market Research and will be used for gathering information on potentially interested entities and for acquisition planning purposes. Services are currently being performed under contract FA702217D0008, EMSS III, which was awarded to Battelle Memorial Institute on a sole source basis.� The anticipated end date for the current contract is 30 November 2021.� � DISCLAIMER:� THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ), OR AN INVITATION FOR BID (IFB).� IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH.� THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISITION APPROACH. This is a program supporting scientific and technical research and development in computational and experimental chemistry, and computer modeling. The government is seeking entities with capability to provide and maintain the following: (1) ChemCAD modeling expertise including but not limited to various chemical and atmospheric analytes, (2) atmospheric chemistry modeling expertise, (3) computational chemistry for determining reaction rates for key chemical reactions, (4) atmospheric emissions pollution modeling expertise, (5) commercial and government off-the-shelf (COTS and GOTS) software, and data evaluation techniques, (6) expertise in computer programming languages and chemical engineering computer simulation software, (7) expertise in statistical and plotting software applications, (8) maintenance and control of software and hardware configuration baseline, (9) atmospheric-environmental chemical kinetics interactions and experimental expertise, (10) physical and chemical analysis of environmental samples, (11) the elements of an industry standard Quality System such as the International Standards Organization (ISO) 9000 series, Interested firms are invited to submit capability statements in response to this RFI. The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company�s web page, if applicable).You must state if you are interested in participating as a prime contractor or as a sub-contractor.� The government requests UNCLASSIFIED responses only. The North American Industry Classification System (NAICS) Code is 541990; all Other Professional, Scientific, and Technical Services. The small business size standard is $16.5M (annual average gross revenue for the last three fiscal years not to exceed $16.5M). � Estimated Period of Performance: TBD Security Requirements: up to and including TS/SCI Requested Information Name, mailing address, phone number, and e-mail of designated point of contact. The facility security clearance level. Business size and small business classification (if any). Capabilities statement of not more than three (3) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Please submit your capabilities statements via email to Ms. Alison Williams, alison.williams.4@us.af.mil. Any questions may be directed to the Contract Specialist Mr. Bryan Wolford, at bryan.wolford.1@us.af.mil, or to the Contracting Officer, Mr. Thomas Armstrong, at thomas.armstrong.11@us.af.mil. Responses must be submitted no later than 4:00 P.M. ET on 26 January 2021. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. It is the submitter�s sole responsibility to verify the package was delivered or the e-file was received and can be viewed. OMBUDSMAN � AFFARS 5352.201-9101 (APR 2014): (a)������� An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b)������� Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).� (c)������� If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05). (d)������� The ombudsman has no authority to render a decision that binds the agency.���� (e)������� Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5edf86e255274a56bce13d14d27d5358/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05890532-F 20210114/210112230113 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.