Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

J -- Bruker 400 MHz NMR Spectrometer Repair Services

Notice Date
2/16/2017
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-X-08QK
 
Archive Date
3/18/2017
 
Point of Contact
Nicole L. Thalmann,
 
E-Mail Address
nicole.l.thalmann.civ@mail.mil
(nicole.l.thalmann.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice (Market Survey) The Army Contracting Command- New Jersey on behalf of the US Army Armament Research Development and Engineering Center (ARDEC), Munitions Engineering & Technology Center (METC), Energetics & Warheads Directorate (EWD), Explosives Technology Division (ETD), Explosives Research Branch (ERB), Picatinny Arsenal, NJ 07806-5000, is conducting market research to locate capable firms interested in establishing a Purchase Order with the US Government. Interested sources should be capable of providing the supplies/services listed under the following technical area: The contractor shall perform spectrometer maintenance on the Bruker 400 MHz NMR spectrometer located in Building 3028, Picatinny Arsenal, NJ. The contractor shall provide telephone and on-site support for maintenance operations. To support such activities, the contractor shall maintain an inventory of NMR spectrometer parts. The following maintenance functions shall be performed: 1. All contractor employees working on the U.S. Army installation, Picatinny Arsenal in the State of New Jersey, shall conform to all applicable federal or state laws, and published rules and regulations of the Departments of Defense and Army, as well as any applicable regulations promulgated by ARDEC and/or Picatinny Arsenal which includes but not limited to criminal background check, vehicle searches and traffic laws. 2. Console Service. In situations where the spectrometer console is not operational and repair parts are required, the contractor shall provide overnight carrier services to ship repair parts to Building 3028. The contractor shall perform required repair services. Upon completion of repairs, the contractor shall provide return shipping for defective parts back to an appropriate servicing facility. The contractor shall provide repair to Bruker manufactured Probes. 3. Magnet: The contractor shall provide the following NMR spectometer magnet services. a. In the event of loss of homogeneity due to cryoshim failure, the contractor shall adjust the cryoshims in the magnet to restore the field homogeneity. b. In the event of increased helium boil off such that helium hold time specification cannot be achieved, the contractor shall restore normal boil off rates. c. In the event of an ice blockage causing reduced or loss of normal flow of boil-off nitrogen and/or helium gasses, the contractor shall remove the blockage and restore normal flow of boil off gasses. d. In the event of a catastrophic loss of the magnetic field (quench), the contractor shall restore the magnet to an operating condition in accordance with the magnet's original quoted specifications (drift rate, helium hold time, nitrogen hold time, bore size, and homogeneity). i. The magnet will be vacuum pumped (the equipment to be provided by the contractor) and cooled to operating temperature by the contractor as required. ii. The contractor shall room temperature shim all Bruker manufactured probes to the standard proton line-shape specification. iii. The contractor shall provide room temperature shimming for additional Bruker manufactured probes as required. e. In the event of a catastrophic loss of the magnetic field (quench) where the damage to the magnet is such that the original field intensity cannot be restored, the contractor shall deliver and install a comparable replacement magnet with equal or better performance than the damaged magnet prior to such damage, including performance features of drift rate, helium hold time, nitrogen hold time, bore size, and homogeneity. i. The contractor shall retain the damaged magnet. Delivery time for the replacement magnet shall be on a best effort basis. The contractor shall assemble and vacuum pump the replacement magnet (this equipment shall be provided by the contractor), and cool the magnet to operating temperature. ii. The contractor shall provide start-up helium. iii. The contractor shall energize and cryo-shim the replacement magnet to specification. iv. The contractor shall room temperature shim one Bruker manufactured probe to standard proton lineshape specification. v. The contractor shall room temperature shim additional Bruker manufactured probes at normal service rates, as required. 4. Cyrogen Service. The contractor shall provide the following NMR spectometer cryogen services. f. Monitor the cryogen levels. g. Refill the cryostat with liquid helium at intervals defined by the manufacturer's recommendations. h. Supply Liquid Helium cryogen. i. Maintain the customers transfer lines. This is a Sources Sought/Market Survey Announcement and submissions will be used for informational and planning purposes only. This synopsis is open to all business concerns; however, in accordance with FAR 19.501, the Government's intent is to establish Purchase Orders with small businesses. In the event there aren't enough responses from responsible, capable small businesses, then large business responses will be considered. The work performed under this award and resulting orders will be at Picatinny Arsenal, NJ. All interested and potential firms must be registered in SAM, and current firms must update once a year to maintain active status. Whether applying for assistance awards, contracts, or other business opportunities, all entities are considered "registrants". Registration in no way guarantees that a contract or assistance award will be awarded. Interested firms are encouraged to submit their capabilities/qualification data No LATER THAN March 3, 2017. Submittals and questions should be directed to the following point of contact: Nicole Thalmann, via e-mail only to nicole.l.thalmann.civ@mail.mil. This notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. The Government may enter into one or multiple Purchase Order as a result of this notice with a period of performance of five (5) years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e1118e55b19d7d6e4d3a19f474ce376)
 
Place of Performance
Address: Picatinny Arsenal, New Jersey, 07806, United States
Zip Code: 07806
 
Record
SN04405560-W 20170218/170216234909-2e1118e55b19d7d6e4d3a19f474ce376 (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  © 1994-2020, Loren Data Corp.