Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2022 SAM #7560
SOURCES SOUGHT

66 -- X-BOX CONTAINMENT TEST FIXTURES

Notice Date
8/10/2022 7:32:52 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-22-Q-0032
 
Response Due
8/15/2022 9:00:00 AM
 
Point of Contact
JEREMY MACDOUGALL, Phone: 4358313429
 
E-Mail Address
jeremy.a.macdougall.civ@army.mil
(jeremy.a.macdougall.civ@army.mil)
 
Description
SOURCES SOUGHT NOTICE W911S6-22-Q-0032 THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for Xbox containment system on an SOLE SOURCE basis, but 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. The proposed requirement is for a sole source, Firm Fixed Price contract to Flow Sciences Inc. for Xbox containment system.� The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization.� The draft Work Statement (SOW) is included in full text below. This notice 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.� 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.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The NAICS code is:� 334516 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 announcement, 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. Scope of Work August 2022 U.S. ARMY DUGWAY PROVING GROUND WEST DESERT TEST CENTER DUGWAY, UTAH 84022-5000 1. Subject: CTD DRD 3665 Lab 103 Customized X-Box Containment Storage Systems. 2. Final Delivery Location: West Desert Test Center, U.S. Army Dugway Proving Ground, Utah. 3. Key Personnel from Dugway Proving Ground: Herbert Davila, 435-831-5004 or (435) 830-3748, herbert.davila.civ@army.mil Background: This requirement is for the purchase of Five (5) customized X-Box Storage systems designed by Flow Sciences. The customized storage systems are designed to storage Chemical Warfare Agent (CWA) contaminated items in support of the SMARTMAN/BOOT & Glove and AVLAG testing in lab 103. These customized boxes are designed to ensure that a negative pressure is maintained, IAW DPG regulation and Industrial Hygiene requirements, when each door is opens and the test items are added or removed from the containment system. Scope of Work Required: Flow Science will construct five X-Box Storage systems as outlined in the specifications list below in section 4, and provide engineering/support services. 4. X-Box Specific Requirement: a. Construct five (5) box negative pressure storage systems. b. The boxes will be constructed with 3/4"" white polypropylene construction, with 3/8"" clear glass door panels c. Nominal 63� wide (exterior) x 40� deep (EXTERIOR) X 73.5� Height (EXTERIOR) d. 6� Sanitary fitting for house exhaust connection on cap e. Rear mounted 4� sanitary fitting make up air connection f. (5X) Chrome wire shelves with stand g. 304 SS Attached cart with 4"" � stainless steel locking swivel casters 5. Engineering support/Installation: CTD DRD 3665 Lab 103 SMARTMAN/BOOT & GLOVE engineering support and SPITFIRE Chamber/Storage boxes Relocation/Installation. This requirement is for the design to build a SMARTMAN/BOOT & GLOVE (SM/BG) test fixture along with the relocation of the SPITFIRE test fixture and installation of the new X-Box storage fixtures. DRD 3665 Lab 103 renovation project requires engineering support with a final product to develop a final engineering designs to award/build a SM/BG system engineering package. This DRD also included the disassembly/relocation and re-installation of the SPITFIRE test fixture along with the installation of up to five X-Box custom designed storage containment systems. Flow Science will coordinate with DPG engineering and Chemical Test Division program management personnel to conduct design/review of the SM/BG test fixture. This will entail monthly MS Team meetings, design and engineering work and one on site visit to provide a final design package to be used for a follow-on contract to build. In conjunction with the engineering design on site visit, Flow Sciences will travel to DPG for the disassembly, relocation and re-installation of the new SPITFIRE Test Fixture. This will include transportation, perdiem and lodging. Flow Sciences will disassemble, secure for relocation, relocate, re-assemble and re-verify negative pressure integrity after relocation. The new location will be determine by CTD management. In conjunction with the engineering design on site visit, Flow Sciences will travel to DPG for the installation of the new customized X-Box storage containment systems. Flow Sciences will unpack, assemble and test for containment of up to five new Customized X-Box storage containment systems. Engineering Specific Requirement: a. Conduct initial engineering and design in coordination with SPG Engineering and CTD Management personnel of the SM/BG test fixture. b. Flow Sciences will using existing 3d files provided by Dugway to produce initial design for review of the SM/BG test Fixture. Reviews and design packages be evaluated separately during monthly MS team meeting. c. Monthly meeting will be necessary for the final goal to provide a final design-to-build SM/BG test fixture package for proposal/Quote. d. One on site visit will be conducted at the end of the design process for final design review that will coincide with scope of work 5 and 6 below. 6. SPITFIRE Specific Requirements: a. Flow Sciences will disassemble the Flow Sciences custom built SPITFIRE test Chamber on site at DPG. This task will include Flow Sciences personnel to travel to DPG. This task will include cost for labor, travel, perdiem and lodging. b. Task will include securing the SPITFIRE chamber for and relocating the various SPITFIRE chamber components to another lab in DPG building 4165, lab to be determined by CTD leadership. c. Task will include the reassembly of the SPITFIRE chamber at it new location to include conduct negative pressure testing to ensure SPITFIRE integrity in accordance with ISO 10648-2 leak Testing. 7. X-BOX Specific Requirements: a. Flow Sciences will install up to Five X-Boxes customized containment systems. These customized X-Boxes are designed and built by Flow Sciences specifically used for the storage of Chemical Warfare Agent (CWA) contaminated materials. The X-Boxes are part of the DRD 3665 overall requirements for storage support of SM/BG and AVLAG contaminated materials. b. Task will include the unpacking, assembly and verify containment integrity of the X-Box systems in building 4165, lab 103.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad45c6b69e0249f282a38d4beb3c10b2/view)
 
Place of Performance
Address: Leland, NC 28451, USA
Zip Code: 28451
Country: USA
 
Record
SN06422317-F 20220812/220810230126 (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.