Federal Bid

Last Updated on 28 Feb 2017 at 9 AM
Sources Sought
Fort hunter New york

Water Lab Testing at Fort Hunter Liggett in Jolon, CA

Solicitation ID W912CJ-17-A-0001
Posted Date 03 Feb 2017 at 7 PM
Archive Date 28 Feb 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort hunter New york United states
THIS IS a Sources Sought Notice ONLY.  The U.S. Government currently intends to award a Blanket Purchase Agreement (BPA) for laboratory water resting on a 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 synopsis.  In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged 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.

The proposed sole source BPA to Fruit Growers Laboratory, Inc. to plan, program, administer, manage and execute water testing services described in the PWS and associated documents (attached) to support the U.S. Army Garrison Fort Hunter Liggett of Public Works - Environmental Division (DPWE), responsible for the environmental regulatory monitoring program.  The needed service shall provide personnel, equipment, supplies, facilities, management, and labor to sample, analyze, and report on a collection of samples taken from different locations.  The statutory authority for the sole source procurement is (10 United States Code 2304(c)(1) as implemented in Federal Acquisition regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements).

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 complete 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 Government wide Point of Entry.  It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.  The NAICS code is : 541380 (Testing Laboratories; Size Standard $15M)

See attached PWS and Appendices A,B,C & D.

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 [email protected] if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from this Sources Sought Synopsis.  Provide the specific aspects that unreasonably restrict competition and the rationale for such a conclusion.

2.  Name of the firm, point of contact, phone number, email address, DUNS number, 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)/certification(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 to acquiring the identified services.

Bid Protests Not Available

Similar Past Bids

Fort hunter New york 25 Jan 2018 at 5 PM
Fort hunter New york 07 Feb 2014 at 4 PM

Similar Opportunities

Savannah Georgia 08 Jul 2025 at 4 AM (estimated)
Albuquerque New mexico 10 Jul 2025 at 6 PM
California 14 Jul 2025 at 7 PM