Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
SOURCES SOUGHT

66 -- Sources Sought Announcement for Bruker Biospin LC NMR Spectrometer Maintenance Agreement.

Notice Date
2/6/2013
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-13-X-SS03
 
Response Due
2/19/2013
 
Archive Date
4/7/2013
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) is seeking sources that can provide support to maintain the liquid Chromatography (LC) Nuclear Magnetic Resonance (NMR) Spectrometer system. Description of Service/Supplies: The contractor shall provide comprehensive and complete preventive maintenance for the liquid Chromatography (LC) Nuclear Magnetic Resonance (NMR) system. This includes covering all parts (excluding consumables) and technician labor to maintain the LC NMR Spectrometer system. This system shall consist of: a. Bruker/SPE with annual maintenance b. LC-NMR Accessory with BPSU-36 c. PH CRYOFIT LC 600 MHZ 3 MM d. CryoPlatform with annual maintenance e. Full console Service f. Magnet Service g. BCU-XTREME COOLING UNIT h. CP QNP 600S3 P/C/N-H-D-05 Z i. CP SEF 600S3 F-H-D-05 Z j. PA BBO 600SB BB-H-D-05 Z Service must include TOPSPIN/ICONNMR software update that complies with existing hardware system configuration. The service must include Bruker trained technicians that can competently manage and maintain LCNMR Accessory with BPSU-36, PH CRYOFIT LC 600 MHZ 3 MM, CryoPlatform, full console system service, magnet service, and services on four NMR Probes Assessories including (1) BCU-XTREME cooling unit, (2) CP QNP 600S3 F/P/C-H-D-05 Z, (3) CP QNP 600S3 P/C/N-H-D-05 Z, and (4) CP SEF 600S3 F-H-D-05 Z General: Contractor shall provide the services required to maintain the NMR system in operational status and ready to use at all times to support WDTC/DPG mission. The contractor shall provide all tools, materials, equipment, and labor required to perform the required task listed below: 1.The contractor shall provide one annual preventative maintenance visit. 2.The contractor shall provide unlimited emergency on-site visits. 3.The contractor shall replace defective parts with OEM parts. 4.The contractor shall repair any malfunctions. 5.The contractor shall ensure compliance with annual requirements for contractor data input into the Contractor Manpower Reporting System (https://cmra.army.mil.) NOTE: The contractor must verify US citizenship the personnel who will be performing the service on Dugway. Security Requirements: The contractor will integrate current AT/OPSEC and operational contract support and related HQDA, and local command policy and procedures (AR 525-13, ATTP 4-10, ALARACT messages 110/2011 and guidance contained in (Integrating Antiterrorism and Operations Security into the Contract Support Process) specifically these areas will be adhered to prior to award of the contract. Contracts requiring access to Army-controlled installations or facilities. 1.The company will have a law enforcement background check completed for all employees who will be entering Army-controlled installations or facilities. Documentation of these checks will be made available to the COR upon request. 2.The company will provide to the COR, seven days in advance of the event, names and Social Security numbers (or equivalent identification numbers for non-U.S. citizens) of all employees who will be entering Army-controlled installations or facilities. 3.The company will ensure that its employees entering Army-controlled installations or facilities have obtained access badges and passes in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services. 4.The company will return all issued U.S. Government Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a contractor employee no longer requires access to the installation or facility. 5.The contractor has complied with all personnel identity verification procedures. Employees must be accompanied by an authorized Government employee at all times while in Buildings 3133 and 3131. FPCON impact on work levels. 6.During FPCONs Charlie and Delta, services are discontinued. And services will resume when the FPCON level is reduced to level Bravo or lower. Additional Information: This Request for Information (RFI) of potential sources is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. A determination of the contract type, mechanism for procuring the service, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System (NAICS) code for this requirement is 334516 and the size standard is 500 employees. Responses: Qualified companies are encouraged to respond. Responses should provide the following information in response to this Sources Sought Announcement: 1.Business name and address, 2.Name of company representative and his/her business title, 3.Pertinent details and experience of performing this type of service, 4.Business size as it relates to the NAICS code and size standard stated in this sources sought announcement, 5.Contract types typically used for these types of services (e.g. firm-fixed price, cost reimbursable, indefinite-delivery indefinite-quantity, etc.), and 6.Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) federal Supply Schedules and/or any other Department of Defense contracts. 7.Proposed hardware and software replacements, if any. Interested sources are also encouraged to submit product literature in response to this RFI. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) via email to sandra.j.johnson90.civ@mail.mil or via facsimile to Sandra Johnson at 435-831-2085. The point of contact concerning this sources sought action is Sandra Johnson, contract specialist at 435-831-2756 or via email at Sandra.j.johnson90.civ@mail.mil. 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. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this Sources Sought Announcement. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), Tuesday, February 19, 2013 via email (Sandra.j.johnson90.civ@mail.mil) or via facsimile (435-831-2756). The point of contact concerning this sources sought action is Sandy Johnson, Contract Specialist at 435-831-2756 or via email at Sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/85f0a629a3f36b5be11045419ff35c2a)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02980393-W 20130208/130206233956-85f0a629a3f36b5be11045419ff35c2a (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.