SOURCES SOUGHT NOTICE
W911S6-24-Q-A008
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for AVLAG Seams and Closures Test Chamber 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), are ask to 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 Redacted for AVLAG Seams and Closures Test Chamber. The statutory authority Simplified Procedures for Certain Commercial Items, Title 41 U.S.C. 1901 as implemented by FAR Subpart 13.5.
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 (GPE), sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The NAICS code is: 334516, with a size standard of 1000 employees
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, Unique Entity Identifier (UEI) number, Commerical and 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.
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.
8. Responses to this sources sought shall be limited to five (5) pages and sent to the Contract Specialist, Jeremy A. MacDougall, at jeremy.a.macdougall.civ@army.mil no later than March 3, 2025 by 2:00 PM, MST. Please reference W911S6-25-Q-A008 AVLAG Seals and Closures Chamber. Acknowledgement of receipt will not be made.
Scope of Work
US Based DPG Protective Ensemble Test Capability
DPG Atles Robotic Test Program
DRD #6237
- Subject: Design and Purchase an AVLAG Seams and Closure Test Chamber
- Suggested Vendor: Redacted
- Final Delivery Location: West Desert Test Center, U.S. Army Dugway Proving Ground, Utah.
- This requirement is outlining the requirements for a final design and build of the new AVLAG and Seam/Closure test chamber (AVLAG and S/C) for the Chemical Test Division, building 4165, Laboratory 103 upgrade.
- The AVLAG S/C test chamber is used to test US Army acquisition fielded and developing clothing ensembles. Over the past 30 years, DPG has been tasked to test fielded clothing, gloves, and boots to ensure that the items can survive when used in a chemical warfare agent environment. The AVLAG S/C chamber allows DPG to safety test fielded and developing test items in a safe and engineered controlled environment. The construtction of this chamber and fixture must meet precise engineering standards and requirements to be considered a verified and validated test system.
- The AVLAG S/C test chamber must be designed to meet a negative pressure atmosphere and when completed must be verified, validated, and certified to support test programs by US Army Dugway Proving Ground, US Army Test and Evaluation Command (ATEC) Head Quarters (HQ) and US Army Evaluation Command (AEC) as a validated test Fixture.