Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2022 SAM #7440
SOURCES SOUGHT

J -- Dugway's West Desert Test Center (WDTC) Agilent Equipment Preventative Maintenance, Repair and software upgrade

Notice Date
4/12/2022 6:16:15 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-22-R-0002
 
Response Due
4/22/2022 4:00:00 PM
 
Archive Date
05/30/2022
 
Point of Contact
Patricia S Natividad, Paul E. Frailey, Phone: 4358312587
 
E-Mail Address
patricia.s.natividad.civ@army.mil, paul.e.frailey.civ@army.mil
(patricia.s.natividad.civ@army.mil, paul.e.frailey.civ@army.mil)
 
Description
SOURCES SOUGHT NOTICE THIS IS A Sources Sought Notice ONLY.� The Mission Installation Contracting Command (MICC), Dugway Proving Grounds (DPG) currently intends to award a contract for Dugway Proving Ground (DPG) West Desert Test Center (WDTC) Agilent Equipment Preventative Maintenance, Repair and software upgrade, and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice.� In addition, small businesses, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. 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, and multiple awards MAY be made. 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. The proposed Firm Fixed Price contract for for the repair, maintenance and upgrade of equipment located at Combined Chemical Test Facility (CCTF), US Army Dugway Proving Ground, UT. The statutory authority for this procurement is FAR Part 13. For purchases exceeding the simplified acquisition threshold (SAT).� Attached is the draft Performance Work Statement (PWS). PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor Dugway Proving Ground, Dugway, Utah 95% *5% � * Administration This Sources Sought notice is for informational purposes only. This does not constitute a Request for Quote (RFQ)/ or a promise to issue an RFQ 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.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry, https://sam.gov/content/home.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� PROGRAM BACKGROUND The DPG Chemical Test Division (CTD), is designated as the managing and oversite entity at DPG for the operation of the preventative maintenance and repair for this requirement. In accordance with these assignments, DPG CTD oversees the contractor for performance and compliance for the CTD requirements. REQUIRED CAPABILITIES The Contractor, as an independent contractor and not as an agent of the U.S. Federal Government, shall provide the Aglient equipment preventative maintenance and repair functions. Further detail is provided in the draft Performance Work Statement (PWS) attached to this notice.� The Government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: DPG is a remote site located approximately 90 miles southwest of Salt Lake City, Utah and 40 highway miles over a mountain pass from the nearest town with services (Tooele, Utah). �The Installation covers in excess of 800,000 acres, which sometimes requires the Contractor to function outdoors in isolated, high desert environments. �Contractors may be required to travel up to 150 miles one-way from Salt Lake City, UT to reach some work sites. Service Contract Act will be included in contract. ELIGIBILITY The anticipated North American Industry Classification System Code (NAICS) is:� 811219 and the size standard is $22 Million. The Product Service Code is J066, Main/Repair/Rebuild of Equipment, Instrument and Laboratory Equipment. Qualified, small business companies are encouraged to respond. Responses should provide the following information in response to this sources sought notice: (1) Business name and address; (2) Name of company representative and their business title; (3) Pertinent details and experience of doing this type of services; (4) A listing of all the socioeconomic categories the company is eligible for (e.g., 8(a), HubZONE, woman-owned, service-disabled veteran owned, etc.); (5) Contract types typically used for these types of services; (6) Other contract vehicles that would be available to the Government for the procurement of these services; and whether the services required are or are not used exclusively for Governmental purposes. In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or� solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this notice, and the MICC POC information from the Sources Sought Notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3.� 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. 4.� 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.� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. This Sources Sought Notice or Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit company literature in response to this RFI. Any submission of such literature or other documentation will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length). No basis for claim against the Government shall arise as a result of a response to this Sources Sought notice or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought notice. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. 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) 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 this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, 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 Base period of 12 months, and four option periods of 12 months each. Performance commencing on April 12, 2022. Specifics regarding the option periods will be provided in the solicitation. The contract type is anticipated to be firm fixed price purchase order. The Government will not pay for any effort expended into responding to this sources sought notice. Responses must be submitted no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), April 22, 2022 via email (patricia.s.natividad.civ@army.mil). All correspondences shall reference the sources sought notice number W911S6-22-R-0002. Attachments: Attachment 1: Equipment List Attachment 2: Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/91e174e7daa14fd18d757c22982e3b90/view)
 
Place of Performance
Address: Dugway, UT 84022, USA
Zip Code: 84022
Country: USA
 
Record
SN06296341-F 20220414/220412230107 (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.