SOURCES SOUGHT: FSS Base Support Internet

The 325th Contracting Squadron at Tyndall AFB, FL, is issuing this RFI for the purpose of providing fiber optics and minimum 500 Mbps Synchronous internet service. Project is designed to support the Tyndall 325 Force Support Squadron locations’ staff and customers by allowing internet access.

325 Contracting Squadron is issuing a draft Performance Work Statement to receive comments from the market. Work will be performed at Tyndall Air Force Base, Florida. The North American Industrial Classification System Code (NAICS) is 517311 with the size standard of 1,500 employees.

Submission Instructions:  Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI.  Please provide the following information:

  1. A list of comments in regards to the attached draft PWS
  2. Optional: Capabilities statement
  • Original Set Aside:
  • Product Service Code: DG11 – IT AND TELECOM – NETWORK: TELECOM ACCESS SERVICES
  • NAICS Code: 517311 – Wired Telecommunications Carriers
  • Place of Performance: Tyndall AFB , FL 32403 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Toxicology Research and Development for NCATS

This is a Research and Development (R & D) Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential R & D requirement.

This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.  It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.  Responses will not be considered as proposals or quotes.  No award will be made as a result of this notice.  The Government will NOT be responsible for any costs incurred by the respondents to this notice.  This notice is strictly for research and information purposes only.

Background: 
The Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) conducts translational research on human therapeutics development by moving small molecule and biologic drug candidates forward in the drug development pipeline. Upon reaching predetermined milestones,  DPI hands off clinical candidates to external partners to bring these novel therapies to patients. In addition to developing new candidate drugs, DPI seeks to advance the entire field of drug discovery and development by encouraging scientific and technological innovations aimed at improving success rates in the crucial preclinical stage of drug development.

DPI’s model is to operate as a comprehensive small molecule and biologic drug development organization, moving therapeutic candidates through each phase of the preclinical development process until an Investigational New Drug (IND) application is filed with the US Food and Drug Administration (FDA). For certain drug development campaigns, DPI will support studies up to human Phase IIb. DPI conducts drug development through collaborations, with therapeutic candidates originating from academia, industry, non-profit foundations, or internally from NCATS and other NIH institutes. DPI’s operational strategy is to combine the capabilities of  in-house staff and collaborative partners, who may be the drug originators, with complementary support from contract research organizations (CROs).
Purpose and Objectives:
Safety assessment of the therapeutics and diagnostics is an important component of the drug and device discovery and development efforts in DPI. These assessments play a pivotal role in determining and evaluating therapeutic targets; selecting and optimizing therapeutic lead candidates; and establishing first in human starting doses, dose limiting toxicities, safety/pharmacodynamic biomarkers and therapeutic indexes.

To support safety assessments, DPI intends to award multiple contracts for the conduct of in vitro and in vivo exploratory and IND-directed toxicology studies. Contractors will be required to perform in vitro and in vivo safety studies for small and large molecules to support the submission of regulatory filings to the US Food and Drug Administration (FDA) or other regulatory bodies, such as Investigational New Drug (IND) applications, New Drug Applications (NDA) and Biologics License Applications (BLA). In addition, in vitro tests and in vivo exploratory studies will be carried out to aid therapeutic target evaluation, lead optimization, and compound selection processes on a case-by-case basis. Therapeutic modalities may include new and repurposed chemical entities and biological products (e.g., monoclonal antibodies, enzymes, gene vectors, etc.).

Project requirements:

  1. Exploratory and Genetic Toxicology        
    1. In vitro toxicity testing (GLP and non-GLP) including but not limited to: mitochondrial toxicity, phospholipidosis and steatosis assay, hemolysis assay, lysosomal trapping assay (to assess the test article effect of lysosomotropism), membrane integrity assay, oxidative stress assay, apoptosis assay, hERG assay, Ames assay, mouse lymphoma assay, chromosome aberration assay;
    2. In vivo assays, including micronucleus assay and single cell gel electrophoresis (Comet Assay) in relevant species; and
    3. In vivo animal dosing studies, formulation and biological fluid analysis, clinical observations, clinical pathology, and histopathology evaluations in relevant species.
  2. In Vivo Toxicity and Pharmacology Testing
    1. In vivo toxicology studies (GLP and non-GLP) and or pharmacology studies in relevant species with datasets adhering to the Clinical Data Interchange Standards Consortium (CDISC) Standard for the Exchange of Nonclinical Data (SEND) guidelines;
    2. In vivo general toxicology and safety pharmacology studies via multiple routes of administration in support of IND/NDA/BLA-enabling toxicology packages including but not limited to:
      1. Non-GLP range finding studies;
      2. Formulation and biological fluid method development, validation, and analysis and defining pharmacokinetic/pharmacodynamic (PK/PD) relationships;
      3. Evaluating a range of endpoints and biomarkers in response to therapeutic candidates;
      4. GLP studies;
      5. GLP single-dose safety pharmacology studies;
      6. Reproductive toxicology studies; and
      7. Carcinogenesis studies.
    3. In vivo exploratory assays: Non-GLP exploratory toxicology studies in relevant species to aid therapeutic target evaluation, lead optimization, and compound selection. In vivo studies under this technical area will include, but not be limited to, animal dosing, formulation and biological fluid analysis, clinical observations, clinical pathology, and histopathology evaluations.

Contractors shall also perform activities related to the overall administration of the contract including administrative reporting and deliverable requirements. Contractors shall have current certifications for conducting toxicology studies in accordance with appropriate regulatory guidelines and policies. Data and documentation from the above studies shall be prepared in a form acceptable to the Food and Drug administration (FDA) for inclusion in an IND application or New Drug Application and Biologic License Application. Contractors may be required to conduct any of the tests listed above to support the development of a therapeutic agent under development by DPI.

Anticipated period of performance:
The Government anticipates making multiple Indefinite Delivery, Indefinite Quantity (IDIQ) type contract awards with five-year ordering periods each under the future solicitation. Projects will then be performed by contractors under individual task orders awarded under these IDIQ contracts. The Government anticipates awards will be made in the second quarter of FY 2024.

Other important considerations:
The ID/IQ contracts may include a Declaration of Exceptional Circumstances (DEC) to the Federal Acquisition Regulations clauses. The DEC would transfer rights to inventions developed under the contract to the Federal Government and enable contributors of the therapeutic candidates to retain control of intellectual property created under these contracts.

In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.

Capability statement /information sought:
Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

Your response must address the specifics of this requirement and the following:

  • Organizational and staff capability and expertise to perform the work and which resources are available in-house;
  • If significant subcontracting or teaming is expected and how it will be administered and managed;
  • Current certifications for conducting toxicology studies in accordance with appropriate regulatory guidelines and policies;
  • Prior completed projects of similar nature including any government contracts and references;
  • Corporate experience and management capability; and
  • If applicable, any information regarding innovative ideas or concepts.

One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.

The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.  A cover page and an executive summary may be included but is not required.

The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.

All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.  Facsimile responses are NOT accepted.

The response must be submitted to Mark McNally, Contracting Officer, at e-mail address [email protected].

The response must be received by 11:59 AM, Eastern Daylight Time, November 11, 2022.

Disclaimer and Important Notes: 
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality:
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

  • Original Set Aside:
  • Product Service Code: AN11 – Health R&D Services; Health care services; Basic Research
  • NAICS Code: 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: Acquisition Support Services

This is a SOURCES SOUGHT notice. This request is the initiation of market research under Federal Acquisition Regulation (FAR) Part 10. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This announcement does not constitute an Invitation for Bids (IFB), Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers.

The Government anticipates the applicable North American Industry Classification System (NAICS) code assigned to these services to be 541611 – Administrative Management and General Management Consulting Services.  Contractors must be properly registered in the Government System for Award Management at  https://www.sam.gov/portal/public/SAM/.

The Internal Revenue Service (IRS), Office of Procurement is issuing this notice to identify qualified and responsible businesses within SBA’s 8(a) Program that can assist the IRS with its requirement for acquisition management support services. Independently, and not as an agent of the Government, the contractor, as managed by its Program Manager, will be expected to provide the personnel and services necessary to perform acquisition support services in support of the IRS.

It is anticipated that the contractor will work on a wide variety of pre-award, award, and post-award contract actions. All work performed will be accomplished in accordance with the Federal Acquisition Regulation (FAR) and other agency supplemental regulations and policies as appropriate. Work shall be performed in the following locations:

  • New Carrollton, MD
  • New York, NY
  • Atlanta, GA
  • Dallas, TX and
  • Oakland, CA

The following areas describe the broad range of functions and tasks that the Government envisions the contractor supporting:

  1. Pre-award Support: Provide support to the IRS staff in drafting of pre-award documentation (i.e. requirements development, acquisition plans, solicitations, justifications, work statements, assistance with the preparation and issuance of multiple contract vehicles, etc.) for Contracting Officer review and approval.
  2. Contract Administration: Provide research, guidance, and input, including preparation of modifications and applicable documentation for Contracting Officer review and approval, and assist in contract closeout efforts.
  3. Contract File Reviews: Provide support in performing strategic reviews of solicitations and contract award files. Provide support in assuring compliance with the Federal Acquisition Regulations (FAR), Department of the Treasury Acquisition Regulation (DTAR) and other agency supplemental regulations and policies.

It is anticipated that support for this requirement will be met by skilled, experienced, professional personnel possessing the equivalent of a FAC-C/DAWIA Level II and III certification.

The response to this notice is limited to ten (10) single sided pages (including all attachments, charts, etc.). The response should include the following information clearly marked:

  • Vendor’s name, address, points of contact information, website, DUNS, and cage code.
  • Vendor’s current business designation and size status.
  • Vendor’s tailored capability statements addressing the general areas of this requirement, with appropriate documentation supporting claims of organizational and staff capability and ability to meet the location requirements. If subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  • Vendor’s narrative on experience in ensuring staffing needs are met and maintained at multiple locations.
  • Vendor’s narrative on experience providing high-level, FAC-C Level II and III (or equivalent) acquisition support services to Federal agencies.
  • Vendor’s narrative on experience in keeping its staff up-to-date on changes within the Federal Acquisition Regulations.
  • Vendor’s Past Performance – Provide a list of previous contracts where similar services were provided. Provide customer/Government Agency contact information where these services were provided including: contact name and organization, telephone number, and email address.

All responses to this Sources Sought must be submitted electronically (via e-mail) to Sharlene Hagans, Contract Specialist, at [email protected].  Telephone and/or email inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to companies regarding their submissions. Interested vendors should monitor a government point of entry site for further information. Your firm’s response to this sources sought is appreciated.

SUBMISSION TIME AND DATE:

Responses to the information provided above are due no later than October 19, 2022 at 9:00 AM Eastern Standard Time.  Responses received after this date and time may not be considered.

DISCLAIMER AND IMPORTANT NOTES:

This sources sought is for information and planning purposes only and shall NOT be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its’ response is complete and sufficiently detailed to allow the Government to determine the concern’s qualifications to perform the work. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non- proprietary technical information in any resultant solicitation(s)

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation MAY be published. However, responses to this notice WILL NOT be considered adequate responses to a solicitation.

The Government WILL NOT accept requests for meetings or briefings, and may not answer any questions posed. No phone solicitations or email with regards to the status of a POTENTIAL Request for Proposal (RFP) will be accepted prior to its release. Information and materials submitted in response to this notice WILL NOT be returned.

The Government DOES NOT intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted.

As a result of this notice, the IRS MAY issue a Request for Proposal (RFP). There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R707 – SUPPORT- MANAGEMENT: CONTRACT/PROCUREMENT/ACQUISITION SUPPORT
  • NAICS Code: 541611 – Administrative Management and General Management Consulting Services
  • Place of Performance: Lanham , MD 20706 USA

Full details via beta.sam.gov

SOURCES SOUGHT: USDA/Office of Customer Experience (OCX): CX Design Support Services

** The RFI closing date has been extended through October 24, 2022, at 12:00 Noon EST. A new RFI document has been added that also includes the updated October 24, 20022 at 12 Noon EST closing date**

-United States Department of Agriculture (USDA), The Office of Customer Experience (OCX): Design Support Services

-The purpose of this Statement of Work (SOW) is to create and make available CX Design Support Service Team(s) that will work across USDA as needed.  The primary   focus of this team will be to work with USDA stakeholders to put the customers at the center and make sure the customer’s needs are being implemented and infused when planning and implementing solutions (i.e. planning, operational, policy, technology).

-Attached is the Request for Information (RFI)

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA01 – IT AND TELECOM – BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code: 541512 – Computer Systems Design Services
  • Place of Performance: 

Full details via beta.sam.gov

SOURCES SOUGHT: F–HAZARDOUS WASTE COLLECTION AND DISPOSAL

HAZARDOUS WASTE COLLECTION AND DISPOSAL

SOURCES SOUGHT

The US Geological Survey (USGS) is conducting market research to determine the availability of qualified 8(a) contractors capable of providing hazardous waste disposal services as described in the Statement of Work. This sources sought announcement is not a request for quote or proposal and the Government is not committed to award of a purchase order or contract pursuant to this announcement. The information resulting from this market research is simply for planning purposes to assist the Government in determining its acquisition strategy. The Government will not pay for any costs incurred in the preparation of information for responding to this notice.

The North American Industry Classification System (NAICS) code: 562112, Hazardous Waste Collection, and associated size standard $41.5 million apply to this announcement, along with Product Service Code: F108, Environmental Systems Protection ¿ Environmental Remediation.

All responsible sources may submit a brochure and/or technical specifications detailing the ability of their services to meet the statement of work included with this announcement.

Responses to this announcement shall only be accepted through electronic mail addressed to [email protected] and must be uploaded and received in their entirety no later than 10/13/2022 at 1200 PST. Proposals submitted by hardcopy or any web portal shall not be accepted or considered.

  • Original Set Aside:
  • Product Service Code: F108 – ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code: 562112 – Hazardous Waste Collection
  • Place of Performance: 

Full details via beta.sam.gov

SOURCES SOUGHT: Network Cyber and Cloud Support (NCCS) Services

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY

This is an RFI for Network Cyber and Cloud Support Services (NCCS) for the Department of Homeland Security (DHS)  Headquarters (HQ), Office of the Chief Information Officer (OCIO) Network Operations and Security Center (NOSC).

This RFI is issued solely for information and market research planning purposes. This RFI shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation as a result of the responses received to this RFI.

Please see the attached RFI for more information.

  • Original Set Aside:
  • Product Service Code: 
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: Washington , DC 20528 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Hydrology, Hydraulics, and Hydrologic Engineering Services

1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.

USACE is seeking additional resources.  If a firm responded to the February 2022 Sources Sought and does not have additional information, beyond what was submitted earlier this year, that they would like USACE to consider as part of its research, no additional response is required

2. Contract Information: The U.S. Army Corps of Engineers, Northwestern Division, Portland District (CENWP) has been tasked to identify interest in a Hydrology, Hydraulics, and Hydrologic Engineering Services, A-E Single Award Task Order Contract (SATOC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract will be procured in accordance with the Brooks Act and implemented in FAR Subpart 36.6. The official synopsis for a proposed contract action will be posted on SAM.gov and will provide information on material to be submitted.

CENWP is conducting market research for an anticipated A-E service and intends to award one (1) IDIQ contract with a five-year ordering period. The proposed project will be a competitive firm-fixed price contract with a contract capacity estimated at $10,000,000.00. The estimated minimum task order amount is $5,000 and the estimated maximum task order amount will not exceed the contract amount.

Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is intended to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry.

3. SCOPE OF WORK.  This is primarily a hydraulic and hydrologic (H&H) Single Award Task Order Contract (SATOC). Services required in this contract fall generally into the following broad categories:

Hydraulic and Coastal Design.

  • Hydraulic design for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Physical Model Studies for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Numerical Modeling for juvenile and adult fish passage, spillways, outlet works, and navigation locks, including 2 and 3 dimensional analysis.
  • Prototype testing for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Coastal engineering including coastal processes analysis, sedimentation analysis, and coastal structure design.

Reservoir Regulation, Water and Sediment Quality.

  • Water and sediment quality sampling, modeling, analysis, and testing in conjunction with A-E efforts.

River and Hydrologic Engineering.

  • Hydrologic analyses including precipitation, runoff, water supply, reservoir analysis, and statistical relationships.
  • River engineering and floodplain analysis, sediment yield and transport analysis, and associated numerical modeling.
  • Hydrologic climate change evaluations.
  • Hydrographic (single-beam and multi-beam sonar) and topographic (land survey, photogrammetry, and/or LiDAR) surveys to support H&H modeling in conjunction with H&H AE contract.

Additional information can be found in the included DRAFT Statement of Work

Note: The Government may consider the relevant experience and past performance of key individuals and predecessor companies in evaluating the company’s ability to perform this requirement when making procurement decisions

North American Industrial Classification Code (NAICS): 541330, Engineering Services;

Size Standard: $16.5M;

Federal Service Code (FSC): C211 – A&E General Services

Point of Contact for small business questions or assistance in the Portland District is the Deputy for Small Business, Carol McIntyre at 503-808-4602 or [email protected].

4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N22R0017, Hydrology, Hydraulics, and Hydrologic Engineering Services. Please send to Cory Pfenning, Contract Specialist, at [email protected] by 2:00pm Pacific Standard Time 18 October 2022.

A firm’s response to this Sources Sought shall be limited to 10 pages and shall include the following information

    1. Firm’s name, address, point of contact, phone number, e-mail address, CAGE and SAM UID, and the Construction Bonding Level per contract.
    1. Firm’s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).
    1. Provide relevant information on the Firm’s experience/Capabilities as it pertains to the proposed work outlined in the Scope of Work.
    1. Provide a minimum of one project similar in size, scope, and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS.

5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a government contract.

  • Original Set Aside:
  • Product Service Code: C211 – ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Portland , OR USA

Full details via beta.sam.gov

SOURCES SOUGHT: Advanced Technology Anti Gravity Suit (ATAGS)

Human Systems Division at Robins AFB has a requirement for the modification of Advanced Technology Anti Gravity Suit, also known as ATAGS.  The formal and technical name for ATAGS are the CSU-22/P and CSU-23/P suits. This requirement is for the purchase of 53 suits, technical data, and Synergy material.

The Government has a need to modify ATAGS in support of the Chief of Staff of Air Force (CSAF) mandated FITMENT program. The FITMENT program is designed to improve the fit, comfort, and performance of flight equipment for small stature and female aviators. The ATAGS is a Critical Safety Item (CSI) and is the first program under the FITMENT effort which is a modification of the current CSU-22/P and CSU-23/P systems. This modification consists of five Engineering Change Proposals (ECP) that mitigates/resolves fitting and safety issues by providing a better fit for individual anthropometric ranges. The modifications are comprised of three G-suit lacing areas (side waist, thigh, and calf), custom tailoring alternative to the front waist panel, otherwise referred to as a “waist dart” or “custom waist modification”, reinforced knee, a cover for the ATAGS waist slide fastener assembly, and lastly the Modified ATAGS will be manufactured utilizing new Long Staple II Nomex material. The draft Statement of Work (SOW) is attached to describe this requirement. The aforementioned five ECP’s are AF developed, tested, approved and signed 1 Apr 2021 as permanent Safe to Fly (StF)

The Contractor shall manufacture the Modified ATAGS for an LRIP using the new Air Force (AF) approved Engineering Change Proposals (ECP) for fielding and include the reinforced knee design with the Long Staple II Nomex material. All Modified ATAGS will have a duplicate suit that has undergone the basic qualification testing which must follow MSF880/5-ATP-GEN-0 REV B where endurance testing is performed per ATP/ATAGS/TI.14-1:ENDURANCE TEST. The anticipated performance outcome of services rendered by the contractor will be the on-time delivery (to the Government) of each asset meeting the requirements and quality standards and in serviceable condition. The manufacturer shall develop/produce/maintain and deliver a Technical Data Package (TDP) that accurately depicts the final product.

Including the following NSN(s):

8475-01-695-4631

8475-01-695-4635

8475-01-695-4636

8475-01-695-4638

8475-01-695-4639

8475-01-695-4640

8475-01-695-4642

8475-01-695-4643

8475-01-695-4644

8475-01-695-4645

8475-01-695-4646

8475-01-695-2500

8475-01-695-2501

8475-01-695-2505

8475-01-695-2506

8475-01-695-2507

8475-01-695-2509

8475-01-695-2508

8475-01-695-2510

8475-01-695-2512

8475-01-695-2515

8475-01-695-2513

 

This effort is Sole Source contract to Vinyl Technologies. Vinyl Technologies owns the data required to modify the existing suit. Vinyl Technologies owns the Synergy Material required to repair the modified suits. Vinyl Technologies has agreed to sell the Government the data and material so future purchases can be competed. The solicitation will not be posted to SAM.gov.

  • Original Set Aside:
  • Product Service Code: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8475 – SPECIALIZED FLIGHT CLOTHING AND ACCESSORIES
  • NAICS Code: 332721 – Precision Turned Product Manufacturing
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: Chemical Defense Training Facility (CDTF) Lab Maintenance Service

NOTICE OF INTENT TO SOLE SOURCE

The U.S. Government intends to award a base plus four options Firm Fixed Price contract on a SOLE SOURCE basis to Perkin Elmer. In order to support the Maneuver Support Center of Excellence (MSCoE), to establish a contract for performance of an annual preventive maintenance service, on‐site repair within 72 hour notification and phone support on Perkin Elmer Analytical equipment in the CDTF laboratory. The Government 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 synopsis. 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. See the attached document labeled Notice of Intent to Sole Source 1 NOV 21.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J068 – MAINT/REPAIR/REBUILD OF EQUIPMENT- CHEMICALS AND CHEMICAL PRODUCTS
  • NAICS Code: 811219 – Other Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance: Fort Leonard Wood , MO 65473 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Building Rooftop Snow Removal

SOURCES SOUGHT

SNOW/ICE REMOVAL SERVICES

The U.S. Army Regional Contracting Office (RCO) in Fort Wainwright, Alaska is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources necessary to support the requirement for Building Roof Snow Removal Services on Fort Wainwright Alaska. This is only for buildings with a flat rooftop. The intention is to procure these services on a competitive basis using a multiple award Blanket Purchase Award (BPA) contract. Each occurrence will be solicited between local contractors that can meet the performance needs. Each order will be Firm Fixed Price and determined based on cost.

The applicable NAICS code for this requirement is 562910, Remediation Services and

the size standard is $22 million. The NAICS Code was identified through a review of the U.S. Census Bureau’s website where Remediation and Cleanup of Contaminated Buildings, Mine Sites, Soil, or Ground Water was listed as a corresponding index category. The small business size standard is $22 million. The Product Service Code is F108 – Hazardous Substance Removal, Cleanup, and Disposal Services and Operational Support. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

REQUIRED CAPABILITIES

Contractor to remove existing snow and ice on identified roofs to within 6-inches of roof membrane. Contractor to protect roof membrane from damage during snow removal operations. Snow and ice is to be disposed of at a location provided by the contractor.

The buildings included in the scope of this contract may be occupied. The contractor will schedule and perform work under this contract in such a manner as to allow the occupants of the building to continue their normal activities with the least amount of interference. Egress shall not be blocked by removed snow at any time.

All work performed by the Contractor shall be in compliance with all known and applicable Federal, State, and U.S Army regulations and laws, and standard industry practices for this work. In the event of conflict between regulatory guidance, Federal law(s) shall govern.

Safety: Contractor shall use all appropriate safety equipment and apply sound safety practices. Contractor shall fully comply with most current version of OHSA.

If your organization has the potential capacity to perform these contract services, please provide the following information:

  1. Organization name, address, email address, web site address, telephone number, CAGE code, DUNS Number, and size and type of ownership for the organization.
  2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  3. A positive statement of interest to submit a proposal.

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. Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and
  4. Provide services under a performance based service acquisition contract.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Arial font of not less than twelve (12) font. The deadline for response to this request is no later than 4:00 pm (EST) on 7 October 2022. All responses under this Sources Sought Notice must be e-mailed to Cory Cornell (Contract Specialist) at [email protected] and Jeffrey Morgan (Contracting Officer) at [email protected] in either Microsoft Word or Portable Document Format (PDF).

THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSAL THIS IS A SOURCES SOUGHT.

It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potential qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Respondents will not be notified of the results of this notice.

  • Original Set Aside: 
  • Product Service Code: F108 – ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL SYSTEMS PROTECTION
  • NAICS Code: 562910 – Remediation Services
  • Place of Performance: Fort Wainwright , AK 99703 USA

Full details via beta.sam.gov