Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOLICITATION NOTICE

J -- Notice of Intent to Sole Source - Agilent GC/MS, LC/MS, and Open Lab ECM Maintenance Services Bridge Contract

Notice Date
8/23/2011
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6264511R0025
 
Response Due
9/7/2011
 
Archive Date
10/7/2011
 
Point of Contact
Shannon Lertora (301) 619-0287
 
E-Mail Address
Agilent GC/MS, LC/MS, and Open Lab ECM Maintenance Services Bridge
(Shannon.Lertora@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to issue a six month bridge contract with two, three month option periods on a sole source basis (IAW FAR 13.106-1(b)(1)) with Agilent Technologies, Incorporated (Agilent), 5301 Stevens Creek Boulevard, Santa Clara, California 95051-7201. Agilent currently provides the Department of Defense (DOD) Drug Testing Program with full maintenance service support (i.e., general, preventive, and repair maintenance, telephone support, software and hardware upgrades and updates, repair and upgrade parts) on government-owned Agilent Gas Chromatograph/Mass Spectrometers (GC/MS), Liquid Chromatograph/Mass Spectrometers (LC/MS), and Open Lab Enterprise Content Manager (ECM) in support of the Department of Defense (DOD) Drug Testing Program under a contract N62645-06-C-0092. The current contract expires 29 September 2011. The proposed bridge contract shall have a base period of performance from 01 October 2011 “ 31 March 2012. The bridge contract shall be placed in anticipation of the award of contract resulting from competitive solicitation, N62645-11-R-0029. Agilent shall provide full maintenance service support for the drug labs located in Great Lakes, Illinois; Jacksonville, Florida; San Diego, California; Fort Meade, Maryland; Tripler AMC, Hawaii; Lackland Air Force Base, Texas; Rockville, Maryland; and Dover, Delaware. This acquisition is being conducted under simplified acquisition procedures (IAW FAR 12.6 and FAR 13.5). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $19.0 million dollars. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received within 15 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Shannon Lertora at Shannon.Lertora@med.navy.mil (in subject line reference: Forensic Toxicologist Inspection Services Bridge). Statements are due no later than 07 September 2011, 05:00 PM EST. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264511R0025/listing.html)
 
Record
SN02545463-W 20110825/110823235510-a9aa16c5c8eb291c3594664504743bb9 (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 |
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.