Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2015 FBO #4919
SOURCES SOUGHT

J -- Aerodynamic Particle Sizer (APS) Model 3321 & Ultraviolet Aerodynamic Particle Sizer (UV-APS) Model 3314 require off-site preventative standard maintenance and calibration, diagnostic and major services.

Notice Date
5/12/2015
 
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
W911S6-15-P-0017
 
Response Due
5/22/2015
 
Archive Date
7/11/2015
 
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
N/A
 
Description
The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources to provide the following: Provide Maintenance and Calibration Service for TSI Aerodynamic Particle Sizer APS, Model 3321 and the Ultraviolet Aerodynamic Particle Sizer UVAPS, Model 3314. Contractor shall follow Army Regulations; AR 525-13, Antiterrorism and AR 530-1, Operations Security as described in section 8. The requiring activity for this procurement is the Life Sciences Division, DPG, UT. Scope: The Contractor shall provide off-site preventative standard maintenance and calibration, diagnostic and major services for the following government equipment: Aerodynamic Particle Sizers APS Model 3321 and Ultraviolet Aerodynamic Particle Sizer UV-APS Models 3314: Equipment Assessment: Prior to any calibration or repair service conducted on government equipment, the contractor shall conduct a full assessment of the equipment. Findings shall be addressed in an assessment report and provided to the contracting office representative (COR) and the contracting officer KO. The report shall include a description of the problem, necessary measures for repair and an itemized firm-fixed price proposal to include all cost necessary for the required repairs. The report will also identify which type of service is warranted major repair or standard maintenance and calibration. All equipment returned to contractor for assessment shall be evaluated and the findings reported and delivered in the assessment report within 5 business days. APS Standard Maintenance and Calibration: The contractor shall perform standard maintenance and calibration of the Aerodynamic Particle Sizer APS. Services may include but are not limited to: review of written instructions or explanation of problem from the government; initial inspection; firmware, and software as necessary; clean inner and outer nozzle, optics, and pumps; calibrate sheathe and aerosol flow rates; inspect and replace as needed: filters, nozzles, tubing, and O-rings; align optics; check/adjust laser power; leak check; time-of-flight calibration; final electrical checkout and performance verification. The contractor must receive written authorization from the requiring activity to proceed with services prior to any work. The contractor shall document in writing the list of actions preformed in a service and calibration report. Pricing to perform standard maintenance and calibration will be a per-unit, fixed price that includes the cost of all replacement parts. The contractor, however, will be authorized to adjust the fixed price annually to ensure fair market value. UVAPS Standard Maintenance and Calibration: The contractor shall perform standard maintenance and calibration of the Ultraviolet Aerodynamic Particle Sizer UVAPS. Services may include but are not limited to: review of written instructions or explanation of problem from the government; initial inspection, firmware, and software as necessary; clean inner and outer nozzle, optics, and pumps; calibrate sheathe and aerosol flow rates; inspect and replace as needed: filters, nozzles, tubing, and O-rings; align optics; check/adjust uv/red laser power; leak check; time-of-flight calibration; final electrical checkout and performance verification. The contractor must receive written authorization from the requiring activity to proceed with services prior to any work. The contractor shall document in writing the list of actions preformed in a service and calibration report. Pricing to perform standard maintenance and calibration will be a per-unit, fixed price that includes the cost of all replacement parts. The contractor, however, will be authorized to adjust the fixed price annually to ensure fair market value. UVAPS shall be 100% maintained/calibrated in accordance with the assessment and service and calibration report. UVAPS Major Repair: The contractor shall conduct major repair of the UVAPS as determined during the initial assessment. Major repairs are defined as any service not covered under standard maintenance and calibration. Prior to conducting services, the contractor must provide the equipment assessment report and must receive written authorization from the requiring activity to proceed with services prior to any work. 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 Quote. 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, (Patricia Natividad, Contract Specialist), Dugway Proving Ground Dugway, Utah 84022. 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), May 22, 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/0dd310f37bd1678132eed116f198bea8)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03727983-W 20150514/150512235246-0dd310f37bd1678132eed116f198bea8 (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.