Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2013 FBO #4299
SPECIAL NOTICE

99 -- PREVENTATIVE MAINTENANCE SERVICE

Notice Date
8/30/2013
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK13T0302
 
Archive Date
11/28/2013
 
Point of Contact
Sharon Gary, 410-278-1941
 
E-Mail Address
ACC-APG - Installation Division
(sharon.gary@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command, Tenant Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures to JEOL. USA Inc., 11 Dearborn Road, Peabody, MA 01961-2205. NAICS Code is 811219, Business Size Standard Size is $6 Million. The following requirement will be procured: Full On-Site Service and preventative maintenance for JNM-ECS400 FT NMR System 359254, Serial # NM14410012; NM-ATUN AUTO TUNING UNIT; NM-02590ASC24 AUTO SAMPLE CHANGER 24 358746; NM-51640PFG, Z-Axis PULSD FIELD GRADIENT 355755 and NM-03510TH5 400MHZ 5MM FG/TH AUTOTUNE PROBE 356. Period of Performance: Base Year (12 months/30 September 2013 - 29 September 2014) and two Option Years Edgewood Chemical Biological Center to procure service maintenance and repair of the instruments stated above. The contractor shall provide all labor, supervision, materials, parts, manufacturer's authorized field modification, equipment, transportaiton, and any other items necessary to perform preventative maintenance, repair and calibration of the required service equipment. All work provided by the contractor must be performed by an OEM certified technician of JOEL. Maintenance and calibration shall take place in Bldg E3150, 5183 Blackhawk Road, Aberdeen Proving Grounds, MD 21010. JEOL USA Inc. is the sole manufacturer of the instruments. In addition, JOEL USA Inc.is the sole source for factory-recommended replacement parts and for factory recommended upgrades and service notes. Service performed by parties other than JEOL USA, Inc. authorized support provider could invalidate warranties and the terms of the proposed contract. The company does not provide parts, protocols, service bulletins, service notes, etc., to third party service providers. There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to Federal Procurement Data System (SAM)https://www/uscontractorregistration.com to load required information. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 10:00 a.m., Eastern Daylight Time, 13 September 2013. Responses should be submitted electronically to sharon.gary@us.army.mil. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon 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. Facsimile responses are acceptable and must be received on or before the closing date. TELEPHONE REQUEST WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/387ca93ed89e96976e81bde856b6fbe0)
 
Record
SN03169885-W 20130901/130830235015-387ca93ed89e96976e81bde856b6fbe0 (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.