Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
SOURCES SOUGHT

J -- Sources Sought for Equipment Maintenance for Rigaku “PSAXS”and “S-MAX3000” Small-Angle X-ray Scattering Instruments

Notice Date
11/7/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0034
 
Archive Date
11/25/2016
 
Point of Contact
Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 07 November 2016 (3) Classification Code : J (4) NAICS Code: 811219 (5) NAICS Size Standard: $20,500,000.00 (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for Equipment Maintenance for Rigaku "PSAXS"and "S-MAX3000" Small-Angle X-ray Scattering Instruments (8) Proposed Solicitation Number: W911QX-17-T-0034 (9) Sources Sought Closing Response Date: 11/10/2016 (10) Contact Point: Ariel Amey, Contract Specialist, ariel.m.amey.civ@mail.mil or (301) 394-1081 (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section B are subject to change prior to the release of any solicitation. B. Performance Work Statement C.3.1 The Contractor shall provide routine maintenance on the Government-owned Rigaku PSAXS and S-MAX3000 small-angle X-ray scattering instrument operation, repair, and replace parts in order to restore and maintain full functionality according to the Original Equipment Manufacturer (OEM) specification. C.3.2 The Contractor shall provide one (1) preventative maintenance visit for each instrument indentified in paragraph C.3.1, unlimited emergency service, and unlimited telephone support. The Contractor shall ensure technical telephone support is available during the Work Schedule as defined in C.3.8. C.3.3 The Contractor shall provide rebuilds of the rotating anode for each insutrment in C.3.1, including but not limited to, anode rebuild kit, Copper (Cu) anode cup, balancing, labor, and shipping as necessitated by the Contracting Officer Representative (COR). C.3.4 The Contractor shall provide all non-consumable parts required for service and repairs. C.3.5 The Contractor shall ensure all required data and other information is obtained prior to travel to an on-site visit. The Contractor shall ensure this information aids in synchronizing materials support, and in many cases, problems can be rectified over the phone, minimizing equipment downtime. C.3.6 The Contractor shall respond to service phone calls within four (4) hours via telephone. Service requiring on-site visits to repair un-usable systems shall occur within 48 hours from the conclusion of the telephone response. C.3.7 The Contractor shall ensure available technical support by phone, during standard business hours Monday through Friday, excluding observed holidays. C.3.8 Work Schedule: The Government shall set up an appointment with the Contractor for maintenance to be performed. All work shall be accomplished during normal working hours. Normal working hours are from 0600 to 1730 hours Eastern Standard Time (MST) Monday - Friday. C.3.9 Safety: The Contractor shall lock out/tag out in accordance with CFR 1910.147. The Contractor shall have all electrical work performed by a licensed electrical contractor and all wiring work shall conform to the NEC 2011 electric code. All mechanical work shall be performed by a qualified installer and meet all building codes (COR will provide information on acceptable types of valves/piping/etc. at site visit if needed). The Contractor shall work in a safe manner and comply with all applicable provisions of the Federal Occupational Safety and Health Administration standards and directives. When necessary, the Contractor shall provide all necessary safety equipment including personal protective equipment for eyes, face, head and extremities. C.3.11 Security: All Contractor employees performing work at this site must be United States citizens (dual citizenship is not accepted). The Contractor shall adhere to standard visitor badge protocol. The Government will provide escort(s) while contractor is on-site. C.3.12 Access to DoD Facility or Installation For contractors that do not require CAC, but require access to a DoD facility or installation, contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the $20,500,000.00 standard that accompanies NAICS code 811219. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 11:59 Eastern Standard Time (EST) 10 November 2016. Submissions should be emailed to Ariel Amey at ariel.m.amey.civ@mail.mil. Faxed submissions can be sent to (301) 394-1609. Mailed submissions can be sent to the address in block 6, ATTN: Ariel Amey. Questions concerning this sources sought may be directed to Ariel Amey at ariel.m.amey.civ@mail.mil or (301) 394-1081. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Aberdeen Proving Ground, MD 21005-5066 (14) Estimated Delivery Timeframe or Period of Performance: One (1) year from date of contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2b0b571a7eaa87f4454ddd9fd5e74ff)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005-5066, United States
Zip Code: 21005-5066
 
Record
SN04322126-W 20161109/161107234442-f2b0b571a7eaa87f4454ddd9fd5e74ff (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.