SPECIAL NOTICE
B -- Notice of Intent to Sole Source - Soil Sample Analysis (YALE)
- Notice Date
- 4/11/2022 12:20:38 PM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E522N5024
- Response Due
- 4/15/2022 10:00:00 AM
- Point of Contact
- Kasey Davis
- E-Mail Address
-
Kasey.T.Davis@usace.army.mil
(Kasey.T.Davis@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to the Yale University upon the basis of the authority provided at FAR 13.106-1(b)(1). The ERDC-CRREL�s Biogeochemical Sciences Branch (BSB) in Hanover, NH has a requirement to train the Government PI to independently prepare, analyze, and interpret the results for approximately 1,000 soil samples, divided into several batches, using elemental analyzer - isotope ratio mass spectrometry (EA-IRMS) over a period of two years. This will allow the PI to quantify the residues of 13C- or 15N-labeled 2,4-dinitroanisole bound to soil following incubation in soil columns and extraction at specific time points. The Yale Analytical and Stable Isotope Center at Yale University is the only source that is reasonably available to satisfy the Government�s requirement. The Government requires a facility that 1) has the equipment to perform elemental analyzer - isotope ratio mass spectrometry (EA-IRMS) and 2) will train and allow the Government Principal Investigator (PI) to conduct the analyses. The grant that funds the associated project requires the Government PIs, themselves, to conduct as much of the experimental work as possible. At 191 miles from CRREL, Yale University is the nearest facility that satisfies these requirements and would be reasonable for the Government PI to be able to travel to, conduct analysis, and return in a standard business day. No other commutable facility meets all the Government�s requirements. The associated North American Industry Classification System (NAICS) code is 541380, which has a size standard of $16.5M. This Notice of Intent is not a request for competitive quotations; however, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Please provide responses to this notice NLT 12:00 PM CST, Friday 15 April 2022 to: Kasey.T.Davis@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: To be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9ae07f9057d14658900e790660fde34c/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN06294325-F 20220413/220412211317 (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 |