Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2021 SAM #7044
SOURCES SOUGHT

99 -- Test and Evaluation (T&E) of Chemical Countermeasures

Notice Date
3/11/2021 11:46:15 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
U. S. SECRET SERVICE WASHINGTON DC 20223 USA
 
ZIP Code
20223
 
Solicitation Number
70US0921R70090023
 
Response Due
3/12/2021 9:00:00 AM
 
Archive Date
03/27/2021
 
Point of Contact
PAWLOS GIRMAY, Phone: 202-406-5165, Shauntynee Penix, Phone: 3054075598
 
E-Mail Address
PAWLOS.GIRMAY@USSS.DHS.GOV, Shauntynee.penix@usss.dhs.gov
(PAWLOS.GIRMAY@USSS.DHS.GOV, Shauntynee.penix@usss.dhs.gov)
 
Description
**UPDATED� to incorporate second round of Questions and answers - please see attached Q&A **UPDATED incorporated the Questions and Answers for RFI� - please see attached Q&A SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) DEPARTMENT OF HOMELAND SECURITY/UNITED STATES SECRET SERVICE TEST AND EVALUATION OF CHEMICAL COUNTERMEASURES This notice constitutes a Request for Information (RFI), Pursuant to Federal Acquisition Regulation (FAR) Part 15.201, for the purpose of determining the capabilities of sources in the marketplace, for a contemplated effort for the test and evaluation (T&E) of chemical countermeasures. This RFI is for procurement planning purposes only, for eventual award, and shall not be construed as a request for proposals/quotes, solicitation, or commitment, on the part of the Government, to issue any future solicitation or award. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. The contemplated effort would be a time-and-materials award, with a one-year base period, and four (4) one-year option periods. The North American Industry Classification System (NAICS) code for this requirement is 541380- Testing Laboratories. Responses must show demonstrated, recent (within the last three years), relevant experience in the areas of chemical testing and evaluation, for non-developmental items (NDI), or commercial-off-the-shelf (COTS) products, equipment, and/or technologies, as defined in the draft Performance Work Statement (PWS). (Attachment 1) For the contemplated effort, the Contractor will be required to provide all personnel, labor, equipment, supplies, facilities, tools, materials, supervision, and other items necessary to perform T&E activities defined in the draft PWS. The work described requires a fully functional laboratory facility, and personnel capable of performing complex laboratory testing, evaluating occupational health and safety risks associated with the use of and exposure to specified products or technologies, and managing the cost, schedule, and quality requirements of the T&E activities. For responses to this notice, submissions will be required to describe recent and relevant experience, the ability to provide required chemical T&E capabilities, including qualified technical expertise, and a description of the laboratory testing facilities and relevant certifications. In addition, response submissions must provide a rough-order-of magnitude (ROM) cost estimate, estimated timeline, and anticipated key personnel for the T&E work associated with the following scenarios: efficacy determination for a chemical agent skin decontamination soap; and performance evaluation for an on-person, chemical sensor. If demonstrating any of the aforementioned requires reference to specific contracts, indicate those contract numbers, respective to each capability example described, to include a point of contact for each referenced contract. Should there be teaming or subcontracting arrangements referenced, identification of specific contract numbers will be required for those arrangements as well. If the demonstrated services were performed for a private vendor, please also provide for such requirements a verifying reference. RFI Number- 70US0921R70090023 All interested parties are invited to submit a capabilities statement, which shall not exceed five (5) total pages with no smaller than twelve (12) point, Times New Roman font, providing information relevant to the ability of your firm to successfully execute the work described in this notice. The capability statement should demonstrate understanding, competence, approach, qualification, and past experience in meeting the work requirements identified in the draft PWS. Interested firms should identify challenges and risks associated with meeting the requirements of the draft PWS, and how the organization would minimize those risks. The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements, based on its demonstrated understanding, capability, approach, qualification, and past experience in each of the areas included in the draft PWS. Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies, under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this Sources Sought/RFI must clearly discuss the areas of the draft PWS that the small business firm intends to perform, and the specific areas that the large business teaming partner intends to perform. Please note that at least 50% of the total cost of all services provided, must be incurred for personnel of the small business firm, pursuant to the FAR clause at 52.219-14, entitled �Limitations on Subcontracting (SEP 2017).� In furnishing the requested information, please include the following as part of the submission: 1. Name of the Organization 2. Address of the Organization 3. CAGE Code and DUNS Number of the Organization 4. Small business standing (i.e. large or small business) under NAICS Code 541380 5. If a Small Business, indicate Small Business Type(s) (e.g., Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business) 6. Telephone/Fax Number, Address, and Email address for the primary point of contact for capability statement 7. A description of the Organization�s capability to meet the requirements stated above 8. A summary of the Organization�s history relative to similar requirements 9. ROM costs, estimated timeline, and key personnel associated with the two scenarios above. As much as possible, it is preferred that capability statements be nonproprietary. However, capability statements with company-sensitive data and concepts will be accepted, and the Government will respect restricted data markings. Responders are expected to appropriately mark their submissions that contain proprietary information. Receipt of classified materials is not anticipated. Submission Deadline: RFI Number- 70US0921R70090023 All responses shall be submitted electronically, via email, no later than 12:00 pm Eastern Time (ET) on March 12, 2021, to the points of contacts listed below. Only attach MS Word/Excel compatible files, or Adobe Acrobat PDF files, in electronic correspondence. Points of Contact: CO: Shauntynee Penix, Contracting Officer Shauntynee.Penix@usss.dhs.gov CS: Pawlos Girmay, Contract Specialist Pawlos.girmay@usss.dhs.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e47fbb074f444281b359375c03e47caa/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05940688-F 20210313/210311230121 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.