Utah Bids > Bid Detail

Altitude Chamber with MIL-STD 810H Rapid Decompression Capability

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159557558472825
Posted Date: May 17, 2023
Due Date: Jun 1, 2023
Solicitation No: W911S6-23-Q-0000-Chamber
Source: https://sam.gov/opp/89cd7eb7f8...
Follow
Altitude Chamber with MIL-STD 810H Rapid Decompression Capability
Active
Contract Opportunity
Notice ID
W911S6-23-Q-0000-Chamber
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-DUGWAY PROV GRD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: May 16, 2023 05:00 pm MDT
  • Original Response Date: Jun 01, 2023 01:02 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6636 - ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    Dugway , UT 84022
    USA
Description

SOURCES SOUGHT NOTICE



THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) desires to procure Altitude Chamber with MIL-STD 810H Rapid Decompression Capability. on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price.





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 or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 334513. Size Standard is 750. THE PSC IS 6636.





A current need anticipation for the completion of the Altitude Chamber with MIL-STD 810H Rapid Decompression Capability on Dugway Proving Ground (DPG), Tooele Utah.




  • Attached are the draft Performance Work Statement

  • 3102 Tech Specs



The contractor shall perform the following general functions: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Altitude Chamber with MIL-STD 810H Rapid Decompression Capability as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. The contractor will be required to develop, fabricate, reconfigure and install a number of subsystems in order to meet the requirements and specifications of this contract. The contractor will also be required to perform an acceptance test as part of this contract.



In response to this sources sought, please provide:





1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI), CAGE code, 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.





2. 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.





3. 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.





4. Information to help determine if the requirement Altitude Chamber with MIL-STD 810H Rapid Decompression Capability 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.





5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.





6. 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 https://sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.



Interested parties are requesting to submit a capabilities statement and shall enter “Altitude Chamber with MIL-STD 810H Rapid Decompression Capability” in subject line of email. The deadline for the response to this request is no later than 12:00 pm 1 June 2023 MDT. The point of contract concerning this sources sought action is Mr. Nicholas Rowton, Contract Specialist at (435) 831-2620, or email nicholas.j.rowton.civ@army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 5330 VALDEZ CIRCLE
  • DUGWAY , UT 84022-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 16, 2023 05:00 pm MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >