MODIFICATION
J -- 908 Non-Destructive Testing Maintenance - Updated Equipment List
- Notice Date
- 12/20/2017
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
- w15qkn18x00rd
- Archive Date
- 1/13/2018
- Point of Contact
- Howard Kane, , Elizabeth A. Horak,
- E-Mail Address
-
howard.kane.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil
(howard.kane.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Updated Equipment List The Armament Research, Development and Engineering Center (ARDEC) supports the development of innovative technology for the Army and Armed Services. ARDEC provides increased efficiency through advanced technology while also effectively designing safer and more reliable munitions and weapon systems. The multi-faceted programs across ARDEC require swift and accurate nondestructive inspection and evaluation of any and all Army products or product developments from other service branches within the DOD. ARDEC is in need of maintenance/service support for equipment in building 908 which includes conventional film radiography, computed radiography, neutron radiography, and digital radiography and computed tomography systems. (See attached list of equipment) Within these techniques of radiographic testing, support is needed in both commercial and developmental x-ray and neutron sources, digital detection media, handling hardware, consumable parts, and other tangible areas where equipment maintenance and services are required. In the event service cannot be provided due to age of system (obsolescent), or cannot be maintained under average costs, supplemental replacements may be needed to sustain the product verification competency. Firms/companies are invited to indicate their interests by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and any available General Services Administration (GSA) contract vehicles such as Blanket Purchase Agreements (BPAs) or other Federal Supply Schedule contract vehicles. In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large) per the listed NAICS code. This market survey is for information and planning purposes only; it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. To further support this effort, site visits will be held with each individual interested party as part of the market research. This will allow the opportunity for corporations to inspect the site where the services are to be performed to better understand the requirement. The site visit open period will be on the following dates: 5-8 December 2017 or 11-15 December 2017. All appointments will be made on a first come first serve basis between the hours of 0900-1500 each day. 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. a. Offerors may request a site visit by contacting either Mr. Howard Kane, Contract Specialist, email howard.kane.civ@mail.mil or Mrs. Elizabeth Horak, contracting Officer, email elizabeth.a.horak2.civ@mail.mil. Contact Mr. Howard Kane, email howard.kane.civ@mail.mil to set up an appointment for the site visit. Offerors will be required to provide the full name of individual(s) attending the site visit, vehicle make(s), model(s), license plate #(s) and state of license plate(s). b. Participants will meet at: LOCATION: The visitor Control Center, Bldg. 1136, Picatinny Arsenal, NJ 07806-5000 POC: Elizabeth Horak, Contracting Officer, (973) 724-5369, and Howard Kane, Contract Specialist, (973) 724-7476 Please Note: Building 1136 is the Visitor Center, building 908 is where the equipment is currently located. Strip Maps will be available at the Visitor Center. The POC needs to have all offeror site visit information NLT 30 November 2017 to coordinate post and building access. Due to the nature of the work associated with this requirement all the personnel for the site survey shall be U.S. Citizens. Additionally, all visitors will be subject to a criminal background check upon arrival at the Visitor Control Center, Picatinny, NJ 07806. Therefore, offerors shall complete the attached NCIC III Release Form prior to arrival at the Visitor Control Center. These forms shall not be emailed or sent to the Contract Specialist or Contracting Officer listed above. This form shall be completed and brought to the visitor's center upon arrival. Please note that offerors interested that do not attend or schedule a site survey are still permitted to respond to this notice. The official response must be submitted by no later than two (2) weeks (on or about 29 December 2017) after the last site visit: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Howard Kane, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: howard.kane.civ@mail.mil. An amendment to follow will post the official response date. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/23a103033df1e00ec40eb0d24fcb68d3)
- Record
- SN04773106-W 20171222/171220231713-23a103033df1e00ec40eb0d24fcb68d3 (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 |