Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
SOURCES SOUGHT

66 -- AutoClave Maintenance

Notice Date
1/28/2015
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S615T0004
 
Response Due
2/9/2015
 
Archive Date
3/29/2015
 
Point of Contact
Patricia S Natividad, 435-831-3429
 
E-Mail Address
MICC - Dugway Proving Ground
(patricia.s.natividad.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources to provide Preventive Maintenance and Repair of Autoclaves and Glassware Washers to West Desert Test Center (WDTC) Life Science Division (LSD), Dugway Proving Ground (DPG), Dugway, UT 84022 Procurement of a service contract that assures consistent and calibrated operation of eighteen autoclaves and glassware washers for a base (12 months) and two option periods (12 months). The location is a remote site located on Dugway Proving Grounds and 10 miles from the main gate. Contractor must adhere to Army Regulations; AR 525-13, Antiterrorism and AR 530-1, Operations Security as described in section 8. Please provide a capabilities statement along with the input for the Sources Sought. Mission: In the context of this submission, the mission encompasses being able to sterilize equipment and biological test materials with high reliability in accordance with the requirements of the biological defense testing and evaluation program. This capability provides the sterilization needed to correlate agent threats and challenges to effectively evaluate the performance of biological detection and identification capabilities which supports the National and Defense Department priority of improving our ability to counter biological threats and attacks. Background: LSD has been utilizing seven autoclaves and one glassware washer in Building 2029 as well as one autoclave in Building 2032. Starting in March of 2015, LSD will be utilizing a new facility (Building 2028) which contains an additional six autoclaves. Around October of 2015 the LSTF Annex is expected to be complete at which point an additional four autoclaves will be used. Because the facilities have been built at different times by different contractors and built to suit a variety of purposes, the autoclaves installed are from various manufacturers including Steris, Tuttnauer, Primus, and Systec. Scope: Contractor shall provide technical service to perform routine annual preventative maintenance (PM) and emergency repairs on four (4) Steris SV3053 autoclaves, one (1) Steris 570 glassware washer, one (1) Tuttnauer 5596SP-IR autoclave, two (2) Primus B autoclaves, one (1) Primus C autoclave, five (5) Primus F autoclaves, two (2) Primus L autoclaves, and three (3) Systec DX-150-2D autoclaves and have a person on site within three days (72 hours from time of call) following an emergency service call. Annual preventative maintenance will include the replacement of requested parts (government purchased), software updates, calibration and full cycle run to manufacturers specifications, cleaning of valves and drains, and on-site training to operate new software or other modifications. The contractor shall be able to provide emergency service within three days of the placement of a service call and cover their own travel/lodging/incidental costs. Performance Requirements: I. The Contractor shall provide annual preventive maintenance service for four (4) Steris SV3053 autoclaves, one (1) Steris 570 glassware washer, one (1) Tuttnauer 5596SP-IR autoclave, two (2) Primus B autoclaves, one (1) Primus C autoclave, five (5) Primus F autoclaves, two (2) Primus L autoclaves, and three (3) Systec DX-150-2D autoclaves. A.All preventative maintenance (PM) services will be scheduled prior to the start of the contract and agreed upon by the contractor and government after receipt of the purchase order. B.PM Service will ensure that four (4) Steris SV3053 autoclaves, one (1) Steris 570 glassware washer, one (1) Tuttnauer 5596SP-IR autoclave, two (2) Primus B autoclaves, one (1) Primus C autoclave, five (5) Primus F autoclaves, two (2) Primus L autoclaves, and three (3) Systec DX-150-2D autoclaves are working and recertified as meeting manufacture's operational specifications. C.PM includes documented verification that autoclaves and glassware washers are functioning according to operational specifications. D.Additional parts and labor outside of the standard PM required to meet autoclaves and glassware washers specifications will be charged at the manufacture's prevailing rates. E.PM will be conducted by a technician trained and certified to service Steris glassware washers, Steris autoclaves, Tuttnauer autoclaves, Primus autoclaves, and Systec autoclaves. F.Standard PM Service is completed and autoclave and glassware washer recertification not to exceed 40 contiguous business hours. In the advent of unforeseen circumstances requiring additional parts or labor, the time for completion may be extended as authorized by the Contracting Officer (KO) to 1 full business week. II. The Contractor shall troubleshoot and make repairs to any malfunctioning Steris glassware washers, Steris autoclaves, Tuttnauer autoclaves, Primus autoclaves, and Systec autoclaves called in for emergency service. A..Emergency service (ES) shall be provided for each autoclave and glassware washer covered under this service agreement with a service technician onsite within 3 business days from receipt of service call. B. Preventative maintenance includes documented verification that autoclaves and glassware washers are functioning according to operational specifications. C. Additional parts and labor outside of the standard PM to meet autoclaves and glassware washers' specifications will be charged at the manufacture's prevailing rates. D.Emergency Services will be conducted by a trained and certified technician. E. Instrument deficiencies will be identified, repaired, and certified to meet the manufacture's operational specifications within 3 business days. III. Personnel Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the Department of Defense organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2015. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Other pertinent information please read: A determination on the contract type, mechanism for procurement, 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 Code (NAICS) for this requirement is 811219. 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 their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Governments chemical and biological programs); (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; 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. PROCEDURES: This Request For Information (RFI) 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. Interested sources are also encouraged to submit product literature in response to this Request for Information (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) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CH-DP (Patricia Natividad, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. 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 MST (local prevailing time at U.S. Army Dugway Proving Ground, Utah),February 10, 2015 via email patricia.s.natividad.civ@mail.mil), The point of contact concerning this sources sought action is Ms Patricia Natividad, Contract Specialist at email patricia.s.natividad.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f5f9bbf8677e1b1e8b6bad3a24fb2b01)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03626935-W 20150130/150128235209-f5f9bbf8677e1b1e8b6bad3a24fb2b01 (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.