Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
SPECIAL NOTICE

J -- W91ZLK-15-T-0126 NOTICE OF INTENT TO SOLE SOURCE PREVENTIVE AND REMEDIAL MAINTENANCE

Notice Date
5/20/2015
 
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
W91ZLK15R0035
 
Archive Date
5/19/2016
 
Point of Contact
Denise Thomas, 443-861-4739
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(denise.thomas29.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W91ZLK-15-T-0126 NOTICE OF INTENT TO SOLE SOURCE PREVENTIVE AND REMEDIAL MAINTENANCE REQUIREMENTS OF THE GOVERNMENT OWNED UNHOLTZ-DICKIE VIBRATION SYSTEMS TO INCLUDE THREE (3) EACH COMBINED SLIP TABLE ASSEMBLY. This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR 13.106-1(b)(1). The US Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Tenant Division, 6001 Combat Drive, Aberdeen Proving Ground, MD 21005-1846; has a requirement to procure the following product and service: The Aberdeen Test Center (ATC) Vibration Test Facility has a requirement to provide annual calibration and preventive maintenance procedure of UD4000-26 Shakers, SAI 300 power amplifiers and APEX SL digital vibration controllers. The annual calibration is required in order to verify that the system's shakers, amplifiers and controllers have a traceable National Standard. The annual preventive maintenance procedure with replaced consumable items verifies proper operation to minimize vibration simulation system failures and is performed before the calibration. The contractor shall perform all repair and maintenance to keep the equipment in Original Equipment (OEM) operating conditional performance specifications. Contract shall notify government of required upgrades as repair become difficult or parts unavailable Contractor shall provide software upgrade, on-line technical support, and telephone assistance to resolve technical problems. Contractor shall provide unlimited number of on-site service visits within 72 hours of phoned, email or web-based request. The intended period of performance is one year from the date of award and to include one (1) base year and two (2) option years. The Government intends to award a Firm-Fixed Price sole source contract to Unholtz-Dickie Corporation. The associated North America Industry Classification System (NAICS) Code is 811219 and the Business Size Standard is $20.5. All responses received within ten businesses (10) calendar 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 interest and capability to respond to the requirement no later than 2:00 PM, May 30, 2015 Eastern Daylight Time (EDT). For questions concerning this Notice of Intent, contact Denise Thomas, denise.thomas29.civ@mail.mil. Posting date of this requirement is April 20, 2015. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51308cead7e1f1e2febf6e9c1553e7b8)
 
Record
SN03737363-W 20150522/150520234808-51308cead7e1f1e2febf6e9c1553e7b8 (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.