Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOURCES SOUGHT

66 -- Matenenance and Repair of Detection Equipment

Notice Date
3/14/2012
 
Notice Type
Sources Sought
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
12-SS-005862
 
Archive Date
4/4/2012
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER : This sources sought notice is being issued solely for information and planning purposes and does not constitute an Invitation for Bid, a Request for Proposal, Request for Quote, or an indication the Government will contract for the items contained in this announcement. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will 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 announcement. Responses to this request will not be returned. Respondents will not be notified of the result of the review. There will be no ensuing discussions or debriefings of any responses. The Federal Bureau of Investigation (FBI) issues this sources sought notice to conduct market research for information and planning purposes to determine the existing market capability of potential small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) capable of performing as prime contractor for a comprehensive maintenance and service agreement for detection equipment. Requirements : Vendor shall provide Rae Systems factory trained service technicians to provide maintenance and service for the equipment listed below. Ludlum 2241-2I with 44-9 Pancake probe • Annual calibration • Board check • Function test • Software and firmware updates • Check for damage to internal and external probe Geiger-Mueller (GM) to include Mylar or mica damage, loss of GM or protective screen • All repairs and service to be covered under this agreement provided the repairs are not caused due to misuse or neglect by the end user Multi-Rae Plus's (O2/LEL/CO/H2S/10.6eV PID) • Semi-annual calibration • Complete lamp cleaning • Lamp replacement if needed • Diagnostics • Battery output test to include battery replacement if needed • Pump rebuild and replacement if needed • Factory certified control board test • Software/firmware updates and upgrades • Sensor inspection and cleaning • Replacement of all sensors within six month of next calibration or service cycle • Repair or replacement of any instrument parts to keep instrument in good condition and functioning • All repairs and service to be covered under this agreement provided the repairs are not caused due to misuse or neglect by the end user PPB-Rae2000 (10.6 eV PID lamp) • Semi-annual calibration • Complete lamp cleaning • Lamp replacement if needed • Diagnostics • Battery output test to include battery replacement if needed • Pump rebuild and replacement if needed • Factory certified control board test • Software/firmware updates and upgrades • Sensor inspection and cleaning • Repair or replacement of any instrument parts to keep instrument in good condition and functioning • All repairs and service to be covered under this agreement provided the repairs are not caused due to misuse or neglect by the end user PPB-Rae3000 (10.6 eV PID lamp) • Semi-annual calibration • Complete lamp cleaning • Lamp replacement if needed • Diagnostics • Battery output test to include battery replacement if needed • Pump rebuild and replacement if needed • Factory certified control board test • Software/firmware updates and upgrades • Sensor inspection and cleaning • Repair or replacement of any instrument parts to keep instrument in good condition and functioning • All repairs and service to be covered under this agreement provided the repairs are not caused due to misuse or neglect by the end user Toxi-Rae Pro - (CL02, HCN, H2S, CO, PH3, SO2, CL2) • Semi-annual calibration • Complete lamp cleaning • Diagnostics • Battery output test to include battery replacement if needed • Factory certified control board test • Software/firmware updates and upgrades • Sensor inspection and cleaning • Replacement of all sensors within six month of next calibration or service cycle • Repair or replacement of any instrument parts to keep instrument in good condition and functioning • All repairs and service to be covered under this agreement provided the repairs are not caused due to misuse or neglect by the end user HOW TO RESPOND : Interested companies should submit an electronic statement outlining their company's capability and capacity to provide the required services for this contemplated requirement by identifying themselves and responding to this notice. The Government requests the following information: 1. The capability to perform all work specified in the statement of work as stated above. Cendor shall also provide documentation that technicians are Rae Systems factory trained service technicians; 2. Past Performance information demonstrating relevant past experience within the last three years performing Rae Systems maintenance and repair services; 3. Indicate whether interested business concern is small, small disadvantage d, 8a, woman owned, service disabled veteran, HubZone or any other socio-economic group. Interested business concerns must state if teaming arrangements or joint venture arrangements will be structured and the set of same. 4. Address whether your company has a GSA Schedule and if they are capable of providing these services on schedule. If able to provide the services on schedule, what schedule and SIN. 5. Any other comments, concerns, and/or questions relating to the contemplated services. Capabilities statement shall not exceed 10 pages. All submissions shall be unclassified. Please submit your responses to this Sources Sought Notice 12-SS-005862 electronically via email to Lynda M. Theisen at Lynda.Theisen@ic.fbi.gov. The due date for responses to notice 12-SS-005862 is on or before March 20, 2012 by 12:00 pm Eastern. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-SS-005862/listing.html)
 
Record
SN02696633-W 20120316/120314235334-443a944c943afd33d3e3746149d9b81d (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.