Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2021 SAM #7160
SPECIAL NOTICE

66 -- Franek Laboratory Protection System

Notice Date
7/7/2021 6:17:53 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
 
ZIP Code
30905-5719
 
Solicitation Number
0011644735
 
Response Due
5/25/2021 11:00:00 AM
 
Archive Date
06/09/2021
 
Point of Contact
Ophelia M. Brown, Phone: 7067911803, Brigitte R. Huffin
 
E-Mail Address
ophelia.m.brown.civ@mail.mil, brigitte.r.huffin.civ@mail.mil
(ophelia.m.brown.civ@mail.mil, brigitte.r.huffin.civ@mail.mil)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure the Laboratory Protection System 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.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, 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. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP 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 or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Government wide Point of Entry. �It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS Code is 334516, Analytical Laboratory Instrument Manufacturing, 1,000 Employee�s Size Standard. This is a new requirement. SPECIAL REQUIREMENTS: Salient Characteristics:� Brand Name or Equal (2 Each) Certified Category III-3 Instrument Grade Laboratory Protection System (LPS) with Extended Run Time Part# FT1MU357597ABI, Certified Laboratory Power Protection System for Thermo-Fisher Instruments: 3500 Genetic Analyzer with computer & monitor 7500 Real-Time PCR Sequence Detector with laptop (2) 9700 PCR Instruments Rated and configured for the above listed instruments. Pluggable System: Input and Output Input Power: 208Vac, 60 hz, 30A single phase 6' power cord with NEMA L630P plug. Output: (3) 120Vac output power panels with correct receptacles for following four instruments and controllers: 3500 Genetic Analyzer with computer & monitor 7500 Real-Time PCR Sequence Detector with laptop (2) 9700 PCR Instruments Backup time optimized for laboratories that are equipped with an emergency generator system with an Automatic Transfer Switch (ATS). Run time: 20 minutes at maximum instrument and controller load. Envelope Dimensions: 26.5"" H x 12.3"" W x 31"" D Installed Weight: 295 Lbs. Installation Note:� A NEMA L630R wall receptacle is required for installation. In response to this sources sought, including any capabilities statement 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.� If the company has a GSA Schedule provide the schedule number. All responses under this Sources Sought Notice must be emailed to ophelia.m.brown.civ@mail.mil. 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. �Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. 4. �Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 5.� 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. 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the www.beta.sam.gov/ notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f76716041bc47b3b0f1f914f55758d7/view)
 
Place of Performance
Address: Forest Park, GA 30297, USA
Zip Code: 30297
Country: USA
 
Record
SN06053103-F 20210709/210707230112 (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.