Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

J -- Service contract for a 3Flex surface analyzer instrument and a vaccum gas adsorption device

Notice Date
10/16/2020 12:40:21 PM
 
Notice Type
Sources Sought
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-RFIServiceContract3FlexSurfaceAnalyzer
 
Response Due
10/26/2020 2:00:00 PM
 
Archive Date
11/10/2020
 
Point of Contact
Erin Anderson, Mary Prebensen
 
E-Mail Address
erin.e.anderson11.civ@mail.mil, mary.k.prebensen.civ@mail.mil
(erin.e.anderson11.civ@mail.mil, mary.k.prebensen.civ@mail.mil)
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the Combat Capabilities Development Command Soldier Center (CCDC Soldier Center) to identify potential sources to provide�a service contract for a 3Flex surface analyzer instrument and a vaccum gas adsorption device. The Government requests that responses be submitted electronically to mary.k.prebensen.civ@mail.mil and erin.e.anderson11.civ@mail.milby October 26, 2020 by 5pm EST. Background: The Government (CCDC Soldier Center) is in the need of a service contract to include yearly preventative maintenance and service visits for instrument repairs for the 3Flex instrument and SmartVac gas adsorption sample preparation device, manufactured by Micromeritics. Description: The service contract will cover one year of service, with two additional option years as add-ons subject to the availability of funds. The contract will include yearly preventative maintenance and calibrations, service visits for repairs, and include cost for replacement parts and consumables, travel, and labor. Specific Specifications:� The service contract must be specific for the 3Flex instrument and SmartVac device by Micromeritics, and will invoice after technical or instrument support is provided: after preventative maintenance or repair visits are conducted, and/or after remote support is provided. Deliverables: 1 year contract + 2 optional years to include: 1 yearly preventative maintenance (PM) and calibration Priority scheduling for PM and repair service PM and calibration parts and supplies On-site instrument repair Repair parts and supplies Software upgrades Remote support (phone, text, computer, and email) Travel expenses Repair and PM labor Delivery Date: The Government anticipates a one year period of performance with two additional option years subject to the availability of funds. Government Furnished Property (Equipment/Materials/Information/Computer Utilization): None Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to CCDC Soldier Center via e-mail ONLY to mary.k.prebensen.civ@mail.mil and erin.e.anderson11.civ@mail.mil no later than October 26, 2020 by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to mary.k.prebensen.civ@mail.mil and �erin.e.anderson11.civ@mail.mil no later than October 22, 2020 by 5:00 p.m. EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d19220ba57d04122878d10fbbc1803c0/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN05829878-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.