Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOURCES SOUGHT

99 -- Specimens for Laboratory Testing at Dugway Proving Ground's West Desert Test Center.

Notice Date
3/15/2005
 
Notice Type
Sources Sought
 
NAICS
112410 — Sheep Farming
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-05-T-XXX1
 
Response Due
3/29/2005
 
Archive Date
5/28/2005
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Agency, Northern Region; Dugway Proving Ground (DPG), Utah Directorate of Contracting (hereinafter referred to as the Government) is seeking potential vendors to provide sheep carcasses for laboratory testing purposes. Backgroun d: Testing will be conducted for the purposes of the identification of incinerator efficiencies during the disposal of livestock. Operation of the incinerator for other than ideal conditions shall be evaluated. The study would evaluate the effects of di sposal of livestock having expired of natural causes or large-scale natural disaster in a batch feed, cold start type incinerator. Need: Thirty (30) sheep carcasses will be required, to be delivered in batches of five (5) carcasses by refrigerated truck to DPG. Deliveries would be 3-4 days apart. Sheep carcasses should be whole and intact, and should not be drained of blood or other body fluids. Should all be adult sheep weighing approximately the same (+/- 10%). Perhaps could be bagged individually i n heavy duty plastic or vinyl bags for sanitary purposes. There is a potential for the need to ship one batch of 5 carcasses to the Midwest somewhere for an early pilot test. Schedule: Testing is currently scheduled for DPG in late September into early October 2005. A potential pilot test (5 carcasses) may be conducted in the Midwest in late May or early June. The purpose of this announcement is to determine the extent of industry interest and experience in the requirement listed above, and to identify the potential socioeconomic classification (e.g., large business, small business, small disadvantaged business, etc.) for a formal Request for Quote (RFQ) document to be issued at a later date. No quotes are being requested or accepted under this synopsi s. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 112410 and the small business size standard is $0.75 Million. Qualified vendors are encouraged to respond. Responses should provide the current capabi lities related to the stated requirement so Government personnel can assess the ability of the company to contribute to the above stated program. Interested sources should also state their business size classification as it relates to the above stated NAI CS standard. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Companies / individuals interested in responding are invited to submit their information via email to Mr. Eric S. Vokt, Contracting Officer at vokte@dpg.army.mil. All attachments shall be provided in either Microsoft Word or Adobe Acrobat PDF format. Please send responses by no later than 5:00 PM MDT on 29 MAR 2005. PLEASE REFERENCE SOURCES SOUGHT NO. W911S6-05-T-XXX1 IN THE SUBJECT LINE. Respondents will not be contacted regarding their submission or inf ormation gathered as a result of this sources sought notice.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN00769154-W 20050317/050315212522 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.