Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SPECIAL NOTICE

J -- PM&R Services for JEOL NMR Analytical System

Notice Date
5/11/2017
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0082
 
Archive Date
6/9/2017
 
Point of Contact
Amy DuBree, Phone: 4438614743
 
E-Mail Address
amy.c.dubree2.civ@mail.mil
(amy.c.dubree2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT Preventative Maintenance & Repair Services of JEOL NMR Analytical System and Parts C.1 GENERAL: The objective of this contract is to provide yearly full-service preventative maintenance support, unlimited on-site repairs and defective parts replacement, software upgrades, on-line technical support and telephone assistance to resolve technical /hardware problems. The instrument list is below in this PWS. C.1.1 SCOPE. This is non-personal services contract to provide yearly routine preventative maintenance (PM), emergency service repairs, and defective parts replacement of specified JEOL NMR system and components. PM is scheduled once during the contract's period of performance. Emergency repair services and part repairs are scheduled on an as-needed basis. The Government shall not exercise any supervision or control over the contract service provider performing services herein. C.1.2 BACKGROUND. The U.S Army Edgewood Chemical Biological Center (ECBC) is the primary Department of Defense technical organization for non-medical chemical and biological defense, and is a subordinate command of the U.S. Army Research, Development and Engineering Command. ECBC has a unique role in technology development that cannot be duplicated by private industry or research universities. It fosters research, development, testing, and application of technologies for protecting warfighters, first responders and the nation from chemical and biological warfare agents. The Research and Technology (R&T) Directorate specializes in the research and development of innovative technological solutions to solve chemical and biological defense threats to our nation-both abroad and on the homeland. The Chemical Sciences division of the R&T directorate provides many capabilities to support ECBC's mission of being the Nation's premier provider of innovative chemical and biological solutions. Among these capabilities, the development of improved analytical methods for accurate characterization and quantitation of agent and agent-related compounds in complex matrices is essential and integral. The Chemical Sciences Division currently owns and maintains a Nuclear Magnetic Resonance (NMR) spectrometer acquired from JEOL USA, Inc. as one of the integral analytical techniques to comprehensively identify chemical agents, their degradation products and complete unknowns. Without this analytical technique, the Chemical Sciences Division would not be able to support ECBC's mission as effectively. C.1.3 PERIOD OF PERFORMANCE. The period of performance shall be from time of award twelve (12) months. Two (2) optional twelve (12) month periods are included to be exercised within the Government's discretion and in accordance with the contract. C.1.4 PLACE OF PERFORMANCE. Building E3400 (Edgewood Area), Aberdeen Proving Ground, MD. C.1.5 HOURS OF NORMAL OPERATIONS. Business hours are 0800-1700, Monday through Friday, excluding Federal holidays. C.1.6 PERSONNEL. Government escort to facility and a Visitor's Badge is required. A government Point of Contact (POC) will be designated at the time of service request. C.1.7 SAFETY. Laboratory safety glasses and closed-toe shoes are required in ECBC's labs at all times. Other PPE (gloves, lab coat, etc.) can and will be available to the service technician upon request or recommendation. Safety brief and overview of the building evacuation plan will be given at the time of service by the government POC. C.1.8 SECURITY. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Contractor and all associated subcontractor employees shall comply with adjudication standards and processes using the National Crime Information Center Interstate Identification Index (NCICIll) 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. Government escort to facility and a Visitor's Badge is required. To access the installation, a valid form of identification is required along with a valid vehicle registration. C.2.0 APPLICABLE DOCUMENTS AND AVAILABILITY: C.3 REQUIREMENTS: The Contractor shall perform services to include the diagnosis, testing, repair and/or or part replacement performed to reduce the probability of equipment malfunction. 1. Contractor shall perform all maintenance and repairs necessary to keep the unit described in the equipment list below in original equipment manufacturers (OEM) operating condition, to ensure operation within the manufacturer's standard product specifications, as determined by JEOL USA, Inc. in the service manuals. 2. Contractor shall provide all parts, labor, and travel for all repairs within the restrictions stated in the terms and conditions. 3. Contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). 4. At a minimum, Contractor shall perform a yearly preventative maintenance. 5. Contractor shall provide software upgrades. 6. Contractor shall provide on-line technical support and telephone assistance to resolve technical /hardware problems. 7. Contractor shall provide documentation of system maintenance. Equipment List: Product ID: Product Description Service Description 331481 JNM-ECX400 FT NMR System (Type X), Serial# NM12000012 One year after inspection and all necessary repairs Service Response Level: Gold Unlimited# of service days allowed. 284289 NM-ASC8 AUTO SAMPLE CHANGER-8 287440 NM-40TH5AT/FG2 AUTO TUNE 5 MM FG/TH TURNABLE PROBE 309010 NM-ECA/1RFS 1 CHANNEL RF SOURCE UNIT 314285 NM-ECA/1PFG 1AXISFIELD GRADIENT SYST 314285 D 265837 NM-ATUN AUTO TUNING UNIT Parts requiring repair service will be identified by the Government and shipped to the Contractor's offices for services per shipping requirements provided by the contractor. Contractor must include the following email addresses of the Contracting Officer Representative when submitting invoices in WAWF, Stephanie.r.padovani.civ@mail.mil C.4 DELIVERABLES AND DELIVERY SCHEDULE For preventative maintenance, the timing will be scheduled by mutual agreement between the Government and the Contractor. All other requests for service will result in a response from the Contractor by 12:00 noon of the following day within the confines of a normal work schedule. Malfunctioning equipment is to be repaired within seventy-two (72) hours. Should it become evident that such repair is not feasible within the requirements, the Contractor shall immediately notify the COR, prior to the expiration of the designated repair time. C.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS AND SERVICES Services are to be rendered on-site at the government facility. Exceptions include parts that are shipped to contractor's facility for repairs. C.6 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES The contractor shall provide materials and services required for satisfaction of the contract terms. C.7 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) See Quality Assurance Surveillance Plan (QASP) document, attached separately. C.8 CONTRACTING OFFICER REPRESENTATIVE (S) (COR) C.9 NON-PERSONAL SERVICE STATEMENT Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). C.10 CONTRACTOR MANPOWER REPORTING (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil WVersion 1, APR 2015 PREVIOUS VERSION IS OBSOLETE COMPLETION INSTRUCTIONS for: JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION for SIMPLIFIED ACQUISITIONS VALUED BELOW $150K I. General Information a. The purpose of the justification document is to ensure the requiring activity and contracting office have thoroughly evaluated the requirement and have considered all possible alternatives prior to deciding to restrict competition. b. This is a legal document and will be made part of the official contract file. Ensure it is completed accurately and professionally. c. The requiring activity is responsible for completing the first part of the document through Section 6. The contracting office verifies and completes the rest of the information. d. Before submitting to the contracting office, the requiring activity should remove the instructions in "red" within the document. The below information is guidance supplemental to those instructions and is meant to aid the preparers in adequately completing the document. e. References to the Federal Acquisition Regulations (FAR) can be accessed at: http://farsite.hill.af.mil II. Authorities to Limit Competition- For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available* (e.g. urgency, exclusive licensing agreements, brand name, or industrial mobilization). *The FAR states that contracting without providing for full and open competition shall not be justified on the basis of a lack of advance planning by the requiring activity. a. Sole Source: FAR 13.106-1(b)(1)(i) Soliciting from a single source- Select this authority when procuring requirements on the basis of urgency, exclusive licensing agreements, brand name or industrial mobilization. b. Brand Name: FAR 13.106-1(b)(1)(ii) Brand name specification- Select this authority when a single source is identified to provide a portion of a purchase because that portion specifies a particular brand-name item. The documentation should state it is veering only the portion of the acquisition which is brand-name. c. Brand Name or Equal*: If the commodity or service required meets the criterion for a Brand Name or Equal competitive action- STOP. This justification is not required. *See supplemental information at the end of this instructions document. III. Estimated Value (inclusive of options): a. This justification template is only appropriate for use below the Simplified Acquisition Threshold, $150,000. b. Estimated value needs to be the total of the basic requirement plus any option years or option quantities. IV. Form Completion Section 1- Name of proposed sole source contractor or brand name manufacturer Section 2- Brief description of supplies or services required and the intended use: a. In layman's terms, briefly describe the services or supplies to be provided, including make & model number where appropriate. Include quantities of supplies or period of performance for services. Provide information for any options included. If the action is a modification to an existing purchase order, distinguish clearly between the work covered by the basic order and the work to be obtained by the proposed modification. b. General description of requirement- do not go into justification rationale here. Version 1, APR 2015 PREVIOUS VERSION IS OBSOLETE Section 3- Unique salient characteristics that limit availability to only one source, with the reason no other supplies or services can be used: a. Explain factors/unique qualifications such as proprietary data or exclusive licensing rights, if applicable. b. If brand name, explain why an adequate purchase description or other information suitable to solicit by full and open competition has not been developed or are not available. Section 4- Reason why contractor is the only source capable of meeting mission requirements; specifically, the reason no other source can meet the unique capabilities in section 3: a. Has the vendor provided a statement verifying the unique/specialized/proprietary nature of the requirement? b. Follow-On Contracts: Defined as a separate, new contract action for which the price and terms are noncompetitively negotiated with the incumbent contractor to continue or augment a specific program which is necessitated by prior procurement decisions. Discuss how the sole source action will avoid duplication of costs that is not expected to be recovered through competition, or discuss the unacceptable delays to the government. Provide an estimate of the costs that will be duplicated and explain how such estimate was derived. c. If urgency is the basis for the justification, explain the chronological events leading up to the requirement and explain why time constraints cannot permit even a limited competition. Describe impact of required delivery/performance date. Describe the detrimental effects/serious injury to the mission of the requiring activity or to the government, financial or otherwise, that will result if this justification is not approved and the product or service cannot be provided by the intended sole source contractor. Section 5- Market Research: a. Reference FAR Part 10 b. Describe the extent of the market research conducted to identify all qualified sources and the results thereof. "Market Research" is defined as those attempts you made to ascertain whether other qualified sources exist, and can include contact with knowledgeable experts regarding similar or duplicate requirements, contact with industry, results of a sources sought synopsis, or draft solicitations. Research of the marketplace may consist of written, telephonic, or world wide web inquiries. c. Procurement History: Identify contract numbers and whether those actions were competed or not. Section 7- Actions to Increase Competition (for completion by ACC-APG Acquisition Personnel): a. What supplemental market research has been done? b. Has a sources sought, RFI, or notice of intent been posted? c. Have any contractors identified their interest in this requirement? d. Has the proposed contractor been contacted for verification of the information presented? e. Have resellers/distributors been researched and identified? f. Have the mandatory sources of FAR Part 8 been screened? (FPI/UNICOR, AbilityOne, GSA, FSS) Brand Name or Equal (FAR 11.104)- - Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an "equal" item must meet to be acceptable for award. - Use brand name or equal descriptions when the salient characteristics are firm requirements. - The below chart details the difference between "Brand Name or Equal" and "Brand Name" actions under $150k: Brand Name or Equal Brand Name Does NOT require a "Justification" Does require a "Justification" Does not limit competition/Provides for greater competition Does limit competition Informally describe salient characteristics (via email, memo, etc.) in written form. Formally describe salient characteristics via a "Justification" No specific format Use Justification for Other Than Full and Open Competition for Simplified Acquisitions <$150k Allows for "or equal" similar/comparable items Must supply specific item (part number, model number, serial number etc.) Version 1, APR 2015 PREVIOUS VERSION IS OBSOLETE JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION for SIMPLIFIED ACQUISITIONS VALUED BELOW $150K �� FAR 13.106-1(b)(1)(i) Soliciting from a single source �� FAR 13.106-1(b)(1)(ii) Brand name specification PURCHASE REQUEST NUMBER: DESCRIPTION OF ACTION: �� New Requirement �� Modification ESTIMATED VALUE (inclusive of options): FUND TYPE: YEAR: $ 1. NAME OF PROPOSED SOLE SOURCE CONTRACTOR / BRAND NAME MANUFACTURER: 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: 3. UNIQUE SALIENT CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: 4. REASON WHY CONTRACTOR IS THE ONLY SOURCE CAPABLE OF MEETING MISSION REQUIREMENTS; SPECIFICALLY, THE REASON NO OTHER SOURCE CAN MEET THE UNIQUE CAPABILITIES IN SECTION 3: Is this a follow-on contract? yes���� no�� If yes, provide contract number: _____________________________ 5. MARKET RESEARCH: 6. TECHNICAL CERTIFICATION: I certify that the supporting data under my cognizance, which is included in the sections above, is accurate and complete to the best of my knowledge and belief. NAME AND TITLE OF CUSTOMER DIGITAL SIGNATURE EMAIL ADDRESS DATE ✔ 11008093 ✔ 95.520.07 (base yr plus 2 option years) JEOL USA Incorporated, 11 Dearborn Rd., Peabody, MA 01960-6043, CAGE Code 51043 The Contractor shall perform services to include the diagnosis, testing, repair and/or or part replacement performed to reduce the probability of equipment malfunction. The Contractor will also perform a routine annual preventative maintenance service on the designated instrumentation. a) Software upgrades necessary to maintain the equipment in a properly functioning manner is only available from JEOL. JEOL is the only source available to perform due to the proprietary nature of the equipment and no training being provided to non- JEOL service engineers. b) If an outside source is selected as a minimum, the company must have the necessary JEOL education and training credentials to maintain and repair the equipments to original manufacturer's specifications. (CONTINUED) ✔ W91ZLK-14-P-0210 Market Research was used to determine if other capable sources existed to support competition. Due to the proprietary concerns, insufficient sources existed, thus competition for this action was not feasible. In accordance with Federal Acquisition Regulation (FAR) Part 10, market research has been conducted for this acquisition. The following techniques were used: a) Historical acquisition information (review of recent market research results or recent contracts/purchase orders for similar or identical supplies/services). b) Personal knowledge in procuring supplies/services of this type. (CONTINUED) a) Services for the proprietary equipment are only available through JEOL USA Inc. Only JEOL trained technicians are qualified to perform this maintenance, due to the proprietary nature of the equipment. Repairs performed by others will negatively impact instrument performances and work schedules. (CONTINUED) RDT&E (2040) FY 2017 Version 1, APR 2015 PREVIOUS VERSION IS OBSOLETE 7. ACTIONS TO INCREASE COMPETITION (For Contracting Personnel Use): 8. CONTRACT SPECIALIST/PURCHASING AGENT REVIEW: I have done my due diligence in verifying the information presented above by the requiring activity and have attempted to obtain competition to the maximum extent practicable. NAME OF REVIEWER DIGITAL SIGNATURE EMAIL ADDRESS DATE 9. ENDORSEMENT OF THE ACC-APG TENANT DIVISION CONTRACTING OFFICER I hereby ��approve / ��disapprove this justification in accordance with the authority cited on this document. Approval is based on the availability of funds and provided that the services and property herein described have been otherwise authorized for procurement. NAME OF CONTRACTING OFFICER DIGITAL SIGNATURE EMAIL ADDRESS DATE A Notice of Intent to sole source will be publicized as required by FAR Subpart 5.202(a)(13). MARKET RESEARCH COMPLETED: Dynamic search of the World Wide Web (www.) utilizing www.google.com using key words "JNM-ECX400 " resulted in links to Jeol USA, Inc. A dynamic search in the Small Business website using NAICS 811219 and key word "Jeol" returned no results. Market research conducted by the Technical POC confirmed that other businesses are unable to perform in accordance with the PWS due to Training specifications and proprietary knowledge. Mandatory source: GSA Advantage, UNICOR and AbilityOne returned no results. In an email dated 3 May 2017, Jeol USA states: JEOL USA, INC. is the sole factory authorized provider of service and sales in the United States and Canada for scientific/metrology instruments manufactured by JEOL Ltd. JEOL USA service engineers possess extensive knowledge in electronics and electron-optics. A JEOL USA service engineer has at least an associate's degree in Electronics Engineering Technology from an accredited institution or the equivalent. In the first six months with JEOL the engineer receives approximately ten weeks of formal instruction from the JEOL USA training group. In addition, they also must complete formal instrument training for instruments in their area. These classes and formal training are interspersed with extensive field training under direct supervision of senior service engineers. All JEOL USA engineers continually receive formal training from the factory and JEOL USA training group. Factory training and JEOL USA training group instruction for service of JEOL instrumentation is available only for current, qualified JEOL USA service engineers. Please call me at 978-536-2311 if you have any questions. Very Truly Yours JEOL USA Inc. Marie Chochrek Sr. Contract Administrator Amy DuBree - Contract Specialist amy.c.dubree2.civ@mail.mil 6 May 2017 ✔ Sherry L. Compton sherry.l.compton 9 May 2017 DUBREE.AMY.CAT HLEEN.1298398849 Digitally signed by DUBREE.AMY.CATHLEEN.1298398849 DN: c=US, o=U.S. Government, ou=DoD, ou=PKI, ou=USA, cn=DUBREE.AMY.CATHLEEN.1298398849 Date: 2017.05.06 10:21:45 -04'00' COMPTON.SHER RY.L.1229314137 Digitally signed by COMPTON.SHERRY.L.1229314137 DN: c=US, o=U.S. Government, ou=DoD, ou=PKI, ou=USA, cn=COMPTON.SHERRY.L.1229314137 Date: 2017.05.09 08:28:40 -04'00' SOLE SOURCE Version 1, APR 2015 PREVIOUS VERSION IS OBSOLETE CONTINUATION PAGE 3. UNIQUE SALIENT CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: (CONTINUED) Factory training and JEOL training center instruction in maintaining JEOL instrumentation are available only to current, qualified JEOL Service Engineers. This is a necessary requirement allowing our laboratory to maintain Department of Army ECBC Quality Operations and Maintenance (O&M) Requirements. See Quality Assurance Surveillance Plan (QASP). 4. REASON WHY CONTRACTOR IS THE ONLY SOURCE CAPABLE OF MEETING MISSION REQUIREMENTS; SPECIFICALLY, THE REASON NO OTHER SOURCE CAN MEET THE UNIQUE CAPABILITIES IN SECTION 3: (CONTINUED) b) The required services were previously acquired from JEOL USA Inc. and have expired. Thus, this proposed contract is a continuation by the same contractor, necessary for the reasons stated above. Alternate services are not feasible as it will put the Government's investment at risk. The estimated cost for repairs of $112,000.00 per year to include replacement costs for damages components due to inexperience, compared to approximately $29,908.44 with JEOL USA, Inc., will exceed the cost of the proposed service contract with JEOL. Using an inexperienced and untrained company will put the Government's investment at a high risk of damage. c) Competition would not have been more feasible had more time been available as the decision to solicit the necessary services from only one source was driven by the inability of other companies to have the requisite training and knowledge to successfully perform maintenance and repair services on the proprietary JEOL equipment. An award to any other source would result in substantial increase of cost to the Government that is not expected to be recovered through competition. d) The equipment is necessary for the analysis of Chemical Weapons of Mass Destruction based on time sensitive schedules provided by ECBC and/or other Defense departments. ECBC receives war fighter samples from around the world. The results determine the in-theater (war zone) collective protection counter measure, which must be taken by the soldier to prevent exposure and/or death from chemical and biological threats. These samples are not received on any consistent schedule; therefore the equipment must be ready at all times to perform analyses upon sample arrival. Unfortunately, if these requirements are not met, our inability to respond could result in catastrophic mission failure and/or death of our force protection. e) The justification for other than full and open competition is found under Far 6.302-1: Only one responsible source and no other supplies are services will satisfy the agency‘s requirements. 5. MARKET RESEARCH: (CONTINUED) c) Contact with the requester and/or other knowledgeable people in Government and industry regarding the commercial nature of this requirement and standard industry practices in this area of supply/service. d) Review of Government and/or commercial databases for relevant information e) Review of Internet resources, such as the Commercial Advocates Forum Web site (See separate attached Market Research report) Version 1, APR 2015 PREVIOUS VERSION IS OBSOLETE NOTICE OF INTENT TO SOLE SOURCE Preventative Maintenance & Repair Services of JEOL NMR Analytical System and Parts 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 service: The Chemical Sciences Division of the Edgewood Chemical and Biological Center (ECBC) requires a preventative maintenance and repair service contract for a Nuclear Magnetic Resonance (NMR) spectrometer acquired from JEOL USA, Inc. This system includes six different pieces of equipment that provides integral analytical techniques to comprehensively identify chemical agents, their degradation products and complete unknowns. Without this analytical technique, the Chemical Sciences Division would not be able to support ECBC's mission as effectively. The intended period of performance is for a base year and two option years from time of award. The Government intends to award a Firm-Fixed Price sole source contract to JEOL USA, INC. 11 Dearborn Road, Peabody, MA 01960-3862. The associated North America Industry Classification System (NAICS) Code is 811219 and the Business Size Standard is $20.5M. All responses received within fourteen businesses (14) days after date of publication of this notice will be considered by the Government. A determination by the Government to compete the proposed requirement will be based upon responses to this notice is solely within the discretion of the Government. Interested parties may identify their interest in writing to the identified point of contact no later than 2:00 PM Eastern Standard Time (EST), 25 May 2017. Telephone responses will not be accepted. This notice is not a request for competitive proposals or a solicitation of offers. Notice of Intent, contact Amy DuBree, amy.c.dubree2.civ@mail.mil. Posting date of this requirement is 11 May 2017. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c95bf519ffb6d0e8014b3be46626012c)
 
Place of Performance
Address: Edgewood Chemical and Biological Center, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04505092-W 20170513/170511235631-c95bf519ffb6d0e8014b3be46626012c (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.