The purpose of this sources sought is to determine the availability and capability of businesses to to provide Faraday amplifier upgrade from the instrument manufacturer and must interface with other electronic components of the existing instrument that are proprietary designs by IsotopX.
This notice is being posted for fact finding and planning purposes only and shall not be
construed as an Invitation for Bid, a Request for Proposal, Solicitation, Request for Quotes, or an indication the Government will contract for the items or services herein. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the BetaSAM website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this source sought. Any response
received will not be used as a proposal. The NAICS code is 334516 size standard 1100 Employees.
All firms interested in this sources sought must be registered with or have the ability to register with the System for Award Management (SAM), in order to receive a Federal contract award. To register, go to the SAM Internet address at http://www.sam.gov. Failure to register may render the offeror ineligible for award of a contract.
If you are interested, and are capable of providing the required services please provide the requested information
as indicated below. The interested parties should provide a capabilities package to include:
(1) Capability and Technical Experience
(2) Specialized experience and technical competence in the type of work required, and past experience with
similar projects.
(3) Past performance with Government agencies and private industry in terms of cost control, quality of work, and
compliance with performance schedules; (capacity to accomplish the work in the required time); a) past and
current customer satisfaction; e.g., overall customer satisfaction, rapport with customer, information sharing,
reporting procedures and technology used, meeting design, cost, and schedule goals; b) performance records,
e.g., quality of work as measured over a number of projects completed within/or under budget and within/under
schedule: c) relationship & history of work with proposed consultants, d) quality, cost, and schedule and control
procedures and technology used.
(4) Size of Business - Please provide your business size (including certified 8(a), Small Disadvantage businesses,
HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses) and submit copies
of any documentation such as letters of certifications to indicate the firm status.
(5) Please include company name, address, telephone number, point of contact with an email address, business
size, DUNS number, SAM Registration number, Federal CAGE code, general description of the company, how
long the company has been in business and a description of similar contracts with the government and/or
commercial customers (include points of contact, contract numbers, value and contract type).
Note: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or solicitations.
NLT 12:00 P. M. (Mountain Time) April 6, 2021
USGS
Attn: Timothy Bertsch
Bldg 810, Denver Federal Center
P.O. Box 25046, MS204B
Denver, Colorado 80225-0046
The point of contact is Timothy Bertsch; by email ONLY at
[email protected]
USGS makes no implied or in fact contract by issuing this Sources Sought announcement. Acknowledgement of
receipt of responses will not be made, nor will respondents be notified of the USGS's view of the information
received. Material that requires a non-disclosure agreement or that may be business sensitive will not be
accepted. Please note that responses to this notice will not be returned.
Contracting Office Address:
USGS OAG DENVER ACQUISITION BRANCH
PO BOX 25046
204 DENVER FEDERAL CENTER
DENVER
CO
80225-0046
US
Point of Contact(s):
Timothy Bertsch
[email protected]
Bid Protests Not Available