SOURCES SOUGHT
66 -- TEST MEASUREMENT AND DIAGNOSTIC EQUIPMENT (TMDE) CALIBRATION AND REPAIR SUPPORT SERVICES
- Notice Date
- 2/10/2009
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, Letterkenny Army Depot, Letterkenny Army Depot,Directorate of Contracting, ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W911N2-09-R-0000
- Response Due
- 2/24/2009
- Archive Date
- 4/25/2009
- Point of Contact
- Claudette Lyons, 717-267-9753<br />
- Small Business Set-Aside
- N/A
- Description
- General Information: Document Type: Special Notices Solicitation Number; N/A Posted Date: 10 February 2009 Original Response Date: 24 February 2009 Classification Code: H--Quality Control, Testing and Inspection Services NACS Code: 541380 Testing Laboratories 811219 Other Electronic and Precision Equipment Repair and Maintenance Contracting Office Information: Letterkenny Army Depot, 1 Overcash Avenue, Chambersburg, PA 17201-4150 Subject: Sources Sought for Test Measurement and Diagnostic Equipment (TMDE) Calibration and Repair Support Services Description: Letterkenny Army Depot is seeking potential sources for the US Army Test, Measurement and Diagnostic Equipment (TMDE) Support (USATS) Region 1, which provides calibration and repair support (C&RS) services for Army TMDE at various TMDE Support Centers (TSCs) located in the northeast United States. All C&RS services are normally accomplished using Army resources in order to optimize the use of existing workload capacity. Commercial contracts may be used to provide C&RS services when the required support is not available within the Army. Scope: The purpose of this announcement is to find qualified sources who can offer one-stop C&RS services for Army TMDE located at TSC-Letterkenny, Chambersburg, PA, when the required support is not available within the Army. Attachment 1 is provided for informational purposes. The TMDE listed is representative of the approximate mix of TMDE, but is not all-inclusive and subject to changes as government owned TMDE is replaced and/or disposed. The government reserves the right to add items (subject to advance coordination with, and acceptance by, the contractor). Objective: The objective is to reduce the turnaround time (TAT) for C&RS services by eliminating the need of establishing multiple contracts to multiple vendors for commercial calibration contracts. Requirements: 1. The contractor shall furnish the necessary personnel, materials, equipment, travel, tools, calibration working standards, transportation, shipping and other services required to satisfy the ordered services, capabilities, and solutions defined in the terms of this contract. 2.The contractor shall be a calibration facility accredited to ISO/IEC 17025:2005 by a signatory of the International Laboratory Accreditation Cooperation (ILAC) Mutual Recognition Arrangement (MRA). A copy of the Scope of Accreditation must be submitted along with quote. 3.The contractor shall be responsible for C&RS services for all TMDE presented for calibration. 4.If the government requests that TMDE not listed be calibrated, the contractor shall respond to said requests (accept/decline) by the close of business of the 2nd business day. Business days shall be defined as 7:00AM - 3:30PM, Monday thru Friday, excluding government holidays. If the request is accepted, the contractor shall provide the government a cost estimate and adhere to the remainder of these requirements for said TMDE. The government reserves the right to reject contractor estimates and obtain services elsewhere. 5.The contractor shall adhere to ISO/IEC 17025:2005 for all measurement parameters required for the calibration. 6.The contractor shall make corrective adjustments, as required, to ensure that test results, extended by the expanded uncertainties (at H 95% level of confidence) of the measurements, shall not fall outside of the defined specification limits. 7.The contractor shall perform repairs to TMDE that, during some stage of the calibration process, are found to have defects that affect the ability to calibrate the item. The contractor shall advise the Government for repair / replacement alternatives for the TMDE. 8.The contractor shall report calibration data before and after calibration, if available. 9.The Contractor shall have the capability to provide testing, inspection, analysis and repair services if/when necessary. Task/Delivery Orders will be awarded on an as needed basis for major repair requirements. 10.The contractor shall remove the existing calibration decals (old) and place a new calibration decal in the same location as the old decal, if applicable. 11.The contractor shall provide a clear Return Material Authorization (RMA) Process to manage and track government TMDE throughout shipment, calibration, and return to/from any contractor owned or subcontracted calibration lab. 12.The contractor shall respond to RMA requests and issue RMA numbers by the close of business of the next business day. Business days shall be defined as 7:00AM - 3:30PM, Monday thru Friday, excluding government holidays. 13.The contractor shall assume responsibility for all shipping / transportation costs to and from the contractors facility of all TMDE presented for calibration. The government will assume responsibility for utilizing durable, protective shipping containers and packaging of TMDE when shipping TMDE to the contractors facility. The contractor shall assume responsibility for utilizing durable, protective shipping containers and packaging during return shipment. 14.The contractor shall ensure transportation carrier(s) provides door-to door tracking capability of TMDE during shipment. 15.The contractor shall return TMDE to the point of contact and location indicated on the RMA#. 16.The TMDE will be calibrated within an average 14 day TAT. 17.This contract will be issued as a Requirements-type contract in accordance with FAR Part 16.506(d), FAR Clause 52.216-21. The quantities listed in the attachment are estimates only and do not necessarily represent the actual quantities that may be required or ordered. Please submit expressions of interest in your own format to include documentation of capabilities in sufficient detail for the Government to determine that your company possesses the necessary expertise and experience to compete for this acquisition. Since this is a SOURCES SOUGHT announcement, no evaluation letters will be issued to the participants. This synopsis is not to be construed as a commitment by the Government, and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Please send your information to Claudette Lyons, Contract Specialist @ claudette.lyons@us.army.mil. The due date for submission of this information is 0900 (EST) on Tuesday, 24 February 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5ef652df49e89ff965ccca16098587b&tab=core&_cview=1)
- Place of Performance
- Address: Letterkenny Army Depot,Directorate of Contracting ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA<br />
- Zip Code: 17201-4152<br />
- Zip Code: 17201-4152<br />
- Record
- SN01748036-W 20090212/090210220811-b5ef652df49e89ff965ccca16098587b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |