Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

99 -- Request for Information -- Meteorology Electric Field Meter (EFM) Calibration/Repair and Hardware Add-Ons

Notice Date
6/27/2023 12:26:36 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-23-Q-EFMCalibrationRepair
 
Response Due
7/12/2023 9:00:00 AM
 
Archive Date
07/27/2023
 
Point of Contact
Amy Eilerts, Phone: 4358312103
 
E-Mail Address
amy.m.eilerts.civ@army.mil
(amy.m.eilerts.civ@army.mil)
 
Description
This Request For Information (RFI) THIS IS A Request For Information (RFI) ONLY.� The Mission Installation Contracting Command (MICC) Dugway Proving Ground (DPG) �currently intends to award a contract for Meteorology Division Calibration and Repair of Electric Field Meters (EFMs) and Purchase and Delivery of sensors, firmware, cables, and other hardware on a 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 Request For Information (RFI).� 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 contract type and any set aside strategy will be determined after proper market research has been conducted.� The statutory authority for the sole source procurement is Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. �A signed Memorandum for Record � Limiting Competition At or Below the Simplified Acquisition Threshold will be completed if no other sources are identified.� The Government may conduct a site visit during the solicitation phase of the requirement if adequate interest exists or if the solicitation process can significantly benefit from the site visit. The government intends to award ton a competitive basis if market research results in responses from two or more capable providers. 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 Request For Information.� 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 (GPE).� It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. �The NAICS code is: 811210 - Electronic and Precision Equipment Repair and Maintenance. �The SBA Size Standard is $34.0M BACKGROUND:� DPG Meteorology utilizes a meteorological tower network to support various tests and the collected data are used daily for UAV aviation forecasting on the range. The surface tower network is an important tool for monitoring of incoming storms. �The network requires specialized equipment to operate, collect and transfer data to the weather station.� The MET network includes more than 100 towers with wind monitors, temperature probes, and numerous other sensors.� CS110 EFMs are used for measurements of local electric fields that indicate potential lightning in the vicinity and is crucial for safe operations at DPG (especially when working with explosives.)� This contract will enable EFMs to be calibrated and repaired, which is necessary due to the age of the system. In addition, this contract will enable the purchase of additional hardware, including new temperature and relative humidity probes, data loggers, cables, etc. to upgrade and keep running the PWIDS, SAMS and mini-SAMS tower networks that work to monitor weather in real time to support DoD testing. TO BE PURCHASED:� Calibration of eight (8) and repair of four (4) CS110 Electric Field Meters (EFMs) owned by Dugway Proving Ground (DPG)�s Meteorology Branch (MET).� Vendor will provide parts for the EFMs and repair and calibration services, in addition to delivery of add ons to include sensors, firmware, cables, and hardware.�� *Please see attachment for services/equipment list* In response to this RFI, 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@army.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 Request For Information.� 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 draft PWS to acquiring the identified services. PROCEDURES:� This 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 product literature in response to this RFI. �Any submission of such product literature or catalog cut sheets 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) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CH-DP (Amy Eilerts, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this Request for Information 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 this Request for Information (RFI). 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. The Government will not pay for any effort expended into responding to this announcement. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), July 12, 2023 via email (amy.m.eilerts.civ@army.mil).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b7f40c74a2b47b19c35a3ee83c03597/view)
 
Record
SN06730238-F 20230629/230627230050 (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.