Virginia Bids > Bid Detail

Industrial Hygiene Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159387788608702
Posted Date: Mar 17, 2023
Due Date: Apr 7, 2023
Solicitation No: PANMCC23P0000003289
Source: https://sam.gov/opp/943fc90a8f...
Follow
Industrial Hygiene Equipment
Active
Contract Opportunity
Notice ID
PANMCC23P0000003289
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
FDO SAM HOUSTON
Office
W6QM MICC-FT BELVOIR
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 01:00 pm EDT
  • Original Response Date: Apr 07, 2023 12:00 pm EDT
  • 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: 6665 - HAZARD-DETECTING INSTRUMENTS AND APPARATUS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Fort Myer , VA 22211
    USA
Description

THIS IS A Sources Sought Notice ONLY. and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) business development programs, historically underutilized business zone, service-disabled veteran-owned, woman-owned small business, etc.) are highly encouraged to identify capabilities in meeting the requirements.



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. Small business contractors awarded contracts above the simplified acquisition threshold (SAT) are required to comply with FAR 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, more than permitted levels.



MICC – Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified business sources capable to procure Industrial Hygiene sampling equipment, which is needed to properly evaluate the exposure of ANC workforce to hazardous noise, chemicals, gases, dusts, fumes, and mists, as well as performing heat index monitoring throughout the year. In accordance with Occupational Safety and Health Administration (OSHA) 29 CFR 1910, Occupational Safety and Health Standards, ANC is required to identify and properly evaluate the worker’s exposure to hazardous conditions to ensure they are enrolled in the proper medical surveillance programs. A new Industrial Hygienist position has just been added to ANC to perform the services that adequately monitor the physical environment of the ANC workplace. ANC must provide the necessary industrial hygiene sampling equipment and annual maintenance/ calibration.



Objectives: The objective of this contract is to perform the calibration and maintenance for the below equipment and future additions to the industrial hygiene equipment inventory according to industry standards:




  • 3M 5-pack Edge 5 Noise Dosimeters, Calibrator, docking station, charging power supply.

  • GilAir Plus 5-pack High Flow Air Sampling Pump Kit

  • Quest 48N Portable Heat Stress/Index Monitoring kit

  • Quest SoundPro SE/DL sound level meter with AC-300 calibrator

  • Quest EVM-7 Advanced Particulate and Air Quality Monitor with CO sensor kit

  • Gilibrator-2 Standard Flow kit

  • BW GasAlert XT II.

  • ExtechLT300 Light Meter

  • TSI VelociCalc Air Velocity Meter 9515



As describe in the attach Statement of Work. The intended North American Industry Classification System (NAICS) Code classified for this effort is 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The NAICS Code is associated with a size standard of 750 employee.



All interested businesses having the ability to deliver the required service may submit capability statements via email to the Contract Specialist Edward Faison at Edward.k.faison.civ@army.mil. Responses shall be in a Word or Word-compatible document and shall be limited to no more than eight (8) pages. "Responses from "all" sources are requested, including Small Businesses, 8(a) Small businesses, HUBZone Small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women- owned Small Businesses. Responses shall be submitted no later than Friday April 7, 2023, at 12:00 p.m. Eastern Standard Time (Fort Belvoir, Virginia).



Please provide the following information within your capability statement:




  1. Company name and address.

  2. UEI Number.

  3. CAGE Code.

  4. Business size and, if applicable, socioeconomic status under 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals

  5. Any other recommended NAICS Code for this effort, and your business' corresponding business size.

  6. Company points (s) of contact and contact information.

  7. Description of capabilities related to your capacity to perform and manage the work.

  8. 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.

  9. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.

  10. 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.



Confirmation that your company is interested and intends to submit a quote/bid /proposal, when and if a solicitation is issued.



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 pre-solicitation synopsis and solicitation may be published in beta.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.



Local Time). Capability statements will not be returned.



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 because of a response to this Sources Sought.



MICC – Fort Belvoir appreciates your assistance with this market research and emphasizes that this notice is for planning purposes only.












Attachments/Links
Attachments
Document File Size Access Updated Date
SOW_Industrial Hygiene Monitoring Equipment_Revised_10 Mar 23.pdf (opens in new window)
258 KB
Public
Mar 16, 2023
file uploads

Contact Information
Contracting Office Address
  • 9410 JACKSON LOOP SUITE 101
  • FORT BELVOIR , VA 22060-5116
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 16, 2023 01:00 pm EDTSources 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 >