SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires procurement of one Portable Fourier-Transform Infrared Spectrometer (FTIR) and two UV-DOAS Multi-Gas Analyzers. The Mission Installation Contracting Command (MICC) Dugway Proving Ground (DPG) currently intends to award a contract on an sole source basis, but is seeking vendors that may be able to supply the above stated 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. Therefore, all businesses, including 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), describe their identifying capabilities in meeting the requirements at a fair market price.
The proposed requirement is for a sole source, Firm-Fixed Price contract to Cerex Monitoring Solutions LLC for one Portable Shepherd FTIR Spectrometer and two UV Hound UV-DOAS Multi-Gas Analyzers. This Sources Sought announcement 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. Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for the Portable Shepherd FTIR Spectrometer and UV Hound UV-DOAS Multi-Gas Analyzers. The anticipated NAICS code is: 334516 (Analytical Laboratory Instrument Manufacturing) with a corresponding size standard of 1000 employees.
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, IFB, or RFP, if any is issued. 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), sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
IN RESPONSE TO THIS SOURCES SOUGHT NOTICE PLEASE PROVIDE:
- Limit the response to five (5) pages and include the following: Name of the firm, point of contact, phone number, email address, unique entity identifier (UEI) number, commercial activity/government entity (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.
- Identify whether your firm has the technical capability to provide the instruments listed above and specifications contained therein.
- 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.
- 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.
- Information to help determine if the requirement item 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.
- Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
- 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 210-466-3015, 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.
- Recommendations to improve the draft SOW to the identified product and the approach to acquiring the identified items.
- Responses to this Sources Sought Notice shall be sent to Laurel Brown at laurel.j.brown7.civ@army.mil no later than 18 February 2025 by 10am MST.
Attachment(s):
Attachment 1: Draft Scope of Work Statement