Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
SPECIAL NOTICE

J -- NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT

Notice Date
6/24/2014
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK14P0274
 
Archive Date
6/24/2015
 
Point of Contact
William Yongue, 4108615012
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(william.yongue@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. The US Army Contracting Command, Aberdeen Proving Ground - Installation Contracting Division, 6001 Combat Drive, Aberdeen, Maryland, 21005 has a requirement to procure the following: Period of Performance: 1 year from date of award Place of Performance:Performance will be at requiring activity location. Contractor shall perform annual calibration services on a fixed-price basis. 1. Description of the service or maintenance: The cost of the contract shall cover the following: a. At least one preventive maintenance visit, to include system tuning and alignment, per contract year for each instrument covered. Calibration certificates demonstrating traceability to NIST standards should be provided for any calibrations performed. b. All parts needed to keep the instrumentation properly functioning and within manufactures specifications. Only new OEM (Original Equipment Manufacturer) parts shall be used for repairs. Rebuilt parts and third party parts are forbidden. c. All associated labor, per diem, mileage, and other related expenses incurred by the service representatives. d. All software and firmware upgrades are to be included for all covered systems. Knowledgeable telephonic support for firmware and software will be provided from 9 am to 5 pm EST Monday through Friday. Firmware and software media must be provided. e. The government shall be given upon request proof of competency of service personnel. This may include but is not limited to certificate of completion of authorized repair training on any or all of the equipment covered. Failure to produce proof of adequate specific training on the covered equipment will be a violation of this contract and can be used as grounds to terminate this contract. f. The covered equipment is located in the controlled access area of a U.S. Military base. All service personnel must be citizens of the United States of America to be granted access to the equipment. g. Response time: The service company shall respond by being on site to effect repairs no later than 4 working days (excluding weekends and declared federal holidays) after initial contact by the government. Lab hours: are 7 am to 3 pm Monday through Friday. The lab is closed every other Friday. h. The service company shall provide loaner equipment of the same or updated model type for use at the above locations if the following occurs: the equipment is removed from its original location to render service, or the equipment cannot be rendered serviceable within 14 working days of the initial repair visit. Equipment list: Cannon Viscometer CAV-2000SN: 5251-A903 Cannon Viscometer CAV-2000SN: 5252-A803 Cannon ViscometerCAV-2100SN: 5775-A4507 Cannon ViscometerminiAV-XSN: 2049-A2110 The Government intends to award a firm-fixed price sole source contract to Cannon Instrument Company. Cannon has the proprietary software that is used for calibration of the the listed equipment. The associated North America Classification Systems (NAICS) Code is 811219 and the Business Size Standard is $19 million. All responses received within seven (7) days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interests and capability to respond to this requirement no later than 2:00 PM Eastern Time, Tuesday, July 1, 2014. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. For questions concerning this Notice of Intent, contact the Contract Specialist, William J. Yongue, at William.j.yongue.mil@mail.mil. Posting date of this notice is 24 June 2014. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c84de5479a01ba5d2f2c033d15655c30)
 
Record
SN03405124-W 20140626/140625022539-c84de5479a01ba5d2f2c033d15655c30 (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.