The RFP Database
New business relationships start here

Raman Spectroscopy System Prototype


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT FOR SERVICES


INTRODUCTION


The U.S. Army Contracting Command, Aberdeen Proving Ground Edgewood Division, E4125 Brigade Street, Aberdeen Proving Ground, MD 21010-5401 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the design and fabrication of one Multi-wavelength Raman Spectrometer prototype for test and Evaluation by the U.S. Army Edgewood Chemical Biological Center (ECBC), Research and Technology (R&T) Directorate. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."


 



PROGRAM BACKGROUND


The U.S. Army ECBC, R&T Directorate, is testing and evaluating technologies for the detection and identification of chemicals on surfaces. The ECBC R&T Directorate executes fundamental studies to enhance the knowledge of chemical and biological weapon agent detection, filtration and decontamination; mask technology; agent synthesis and properties; and the effects of threat agents on materials.


REQUIRED CAPABILITIES


The Contractor shall design and fabricate a prototype that provides stand-off detection greater than one meter, allows collection of spectra for detailed evaluation of Raman scattering signatures from multiple excitation wavelengths from a single laser pulse, in the range from ultraviolet to visible spectral regions. An advanced prototype system that shall have at least two and up to four spectra being collected simultaneously within a single laser pulse under stand-off conditions services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).


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, and size and type of ownership for the organization; and 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.


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.


SPECIAL REQUIREMENTS: The following list provides some aspects that may be unique to Government and Department of Defense contracts.
• Service Contract Act


 


ELIGIBILITY


The applicable NAICS code for this requirement is 611310 College, Universities and Professional Schools and 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology. These NAICS Code was identified through a review of the U.S. Census Bureau's website at http://www.census.gov/cgi-bin/sssd/naics/naicsrch where Chemical Research and Development laboratories or services except biotechnology and nanotechnology research and development) was listed as a corresponding index entry. NAICS code 541712 was considered and selected as it is broad enough to cover the research and development needed to develop a multi-wavelength Raman Spectroscopy system prototype for detection of chemical agents. The size standard in millions of dollars is not applicable to NAICS code 5417512. The size standard for 611310 is 27.5.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT)


N/A


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


A draft Performance Based Statement of Work (PBSOW) is attached for review. (Attachment 1)


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4:30 pm, EST on 20 March 2018. All responses under this Sources Sought Notice must be e-mailed to the Contract Specialist, Mr. Chris Griffin, in either Microsoft Word or Portable Document Format (PDF), via email to: Christopher.e.griffin6.civ@mail.mil


This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement?


2.) Can or has your company managed a task of this nature? If so, please provide details.


3.) Can or has your company managed a team of subcontractors before? If so, provide details.


4.) What specific technical skills does your company possess which ensure capability to perform the tasks?


5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.


6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.


7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.


8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


The estimated period of performance consists of 2 years with performance with an anticipated award date in spring of 2018. There is not an option period.


The contract type is anticipated to be Cost Plus Fixed Fee. The Level of Effort for 2 years is estimated at man-hours.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.


Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Mr. William Mebane III, william.e.mebane2.civ@mail.mil or Contract Specialist, Mr. Chris Griffin, in either Microsoft Word or Portable Document Format (PDF), via email: Christopher.e.griffin6.civ@mail.mil


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


No phone calls will be accepted.


All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Christopher E. Griffin, Contract Specialist, Phone 4104360667, Email christopher.e.griffin6.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP