SOLICITATION NOTICE
59 -- Refrigerator/Freezer Sensor Istall
- Notice Date
- 8/16/2017
- Notice Type
- Presolicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-17-T-0330
- Archive Date
- 9/30/2017
- Point of Contact
- BRIAN MILLER,
- E-Mail Address
-
brian.d.miller1.civ@mail.mil
(brian.d.miller1.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to negotiate on a sole source basis (IAW FAR Part 13.501(a)). The proposed source is Johnson Controls, Inc. (JCI), LLC, Bldg. E5703, Sibert Road, Gunpowder, MD, 21010. U.S. Army Public Health Command (USAPHC) has a requirement to procure a Refrigerator/Freezer Sensor install and Calibration and Service Maintenance Contract. The Refrigerators and freezers used for Temperature Sensitive Medical Products (TSMP) storage must be dedicated for storage of TSMP, was decided on maintain the required storage temperatures, be appropriately labeled to identify and have a calibrated (periodically calibrated by medical maintenance and calibration label affixed) working recording thermometer. In addition, a service contract which will require calls and annual recalibration of the entire system to include re-calibration of the animal room temperature and humidity sensors. The service contract should have a base and two (2) option years to ensure coverage is met over the next three (3) years. The vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. There are no set-aside restrictions for this requirement. The North American Industry Classification System (NAICS) for this requirement is 335999. with a Small Business Size Standard of 1250 employees. This notice of intent is not a request for competitive proposals; however, if a vendor challenges the basis of this requirement, please email challenges and product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Brian Miller at brian.d.miller1.civ@mail.mil, reference solicitation number W81XWH-17-T-0330. Closing date for challenges is no later than 3:00 pm local (Eastern Time), 31 August 2017. No phone calls will be accepted. Please note that a determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0330/listing.html)
- Place of Performance
- Address: ABERDEEN PROVING GROUND, Maryland, United States
- Record
- SN04632285-W 20170818/170816232659-99104732ebf304773c78098e5246d78b (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 |