Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2019 SAM #6604
SOLICITATION NOTICE

J -- Hexagon Leica Laser Preventative/Remedial Maintenance Calibration

Notice Date
12/27/2019 2:08:34 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8125 AFSC PZIMA TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA812520R0010
 
Response Due
1/11/2020 12:00:00 PM
 
Archive Date
03/11/2020
 
Point of Contact
Ryan Birdsong, Phone: 405-736-4069, Fax: 405-734-1142, CARRIE L. BROWN, Phone: 4057347863, Fax: 4057341142
 
E-Mail Address
ryan.birdsong@us.af.mil, CARRIE.BROWN.8@US.AF.MIL
(ryan.birdsong@us.af.mil, CARRIE.BROWN.8@US.AF.MIL)
 
Description
This notice does not constitute a request for proposal, request for quote, or invitation for bid. No contract shall be awarded from this announcement. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2 - Synopsis of Proposed Contract Actions in preparation for release of the Request for Quote/Proposal at a later date. No reimbursements shall be made for any costs associated with reviewing, providing material, or providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein to commit or obligate the Government to further action as a result of this announcement. Contractors not responding to this announcement will not be precluded from participation in any future solicitation, if issued. The Government intends to award a single Sole-Source Federal Acquisition Regulation (FAR) Part 12, Firm Fixed Price (FFP) Contract using Simplified Acquisition Procedures IAW FAR subpart 13.5 to Hexagon Metrology, Inc. to provide Preventative, Remedial, and Calibration Maintenance to support six Hexagon Leica AT960-LR Leica Trackers, Part Number/NSN 5768864.This contract is intended to issue with one Base Year with Four 12-month Option periods. To be Technically Acceptable, the Offeror must meet the following minimum specifications: The Contractor shall perform all PM�s IAW the OEM specifications. � The Contractor shall perform One (1) PM per year on each of the six items listed in the Appendix B of the PWS. � The Contractor shall provide a copy of the PM schedule to the Government Point of Contact (GPOC) within ten (10) business days after contract award. � The Contractor shall notify the GPOC seven (7) business days prior to each scheduled PM action IAW the PWS. � The Contractor shall provide commercial calibration and certification on six (6) each Leica Lasers IAW the PWS. � The Contractor shall provide and use only new parts and material in performance of this PWS unless otherwise authorized by the CO. Long lead items greater than five (5) business days must be identified and provide sufficient documentation supporting the delay IAW the PWS. � RM of the equipment shall be completed at the contractor�s facility. The Contractor shall not remove from the premises any system, sub-system or peripheral at any time in order to affect repair without the written consent of the Government. � The Contractor shall provide written documentation via email which supports a request to remove from the premises any system, sub-system or peripheral as documented in the PWS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c4ee0c134f14b038ea956c2fbb9a982/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05524369-F 20191229/191227230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.