Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOURCES SOUGHT

J -- Vibration System Calibration and Preventative Maintenance

Notice Date
12/7/2020 2:56:12 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-21-Q-0004
 
Response Due
12/16/2020 9:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Nicholas J. Rowton, Phone: 4358312620, Paul E. Frailey, Phone: 4358312587
 
E-Mail Address
nicholas.j.rowton.civ@mail.mil, paul.e.frailey.civ@mail.mil
(nicholas.j.rowton.civ@mail.mil, paul.e.frailey.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Multi-Shaker System and Multi Shaker Vibration Control System Vibration System Calibration and Preventative Maintenance �THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for�Vibration System Calibration and Preventative Maintenance on a Multi-Shaker and Multi Shaker Vibration Control System on a �Sole Source Basis�, but is seeking vendors that may be able to supply the required�maintenance/repair services�for this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.� A signed FAR Part 6 Sole Source Justification and Approval (JA) will be completed if no other sources other than Manufacturer is identified.� The government intends to award the�maintenance and repair�of all equipment, on a Sole Source basis utilizing:� Gary Marraccini� Spectral Dynamics, Inc. 347 West Patrick Street (301)�471-2323� Spectral Dynamics, Inc. is the original installer selected subcontractor.� The FAR Authority and U.S. Code are: 6.302-1. Only one responsible source and no other supplies or�service will satisfy agency requirements. This acquisition is conducted under the authority of United States Code (U.S.C.) 10 U.S.C. 2304(c)(1) or 41 U.S.C. 3304(a)(1).� THIS NOTICE OF INTENT/SOURCES SOUGHT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.�� If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements�by 3:00 P.M. Mountain Standard Time,�7�December, 2020.�In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item(s). All inquiries shall be clearly marked with Sources Sought ID Number�W911S6-21-Q-0004�and e-mailed to the Point of Contact (POC) listed below.� This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.��It is the responsibility of�potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.��The NAICS code is: 811310.��Size Standard is $8M.� THE PSC IS J066.� ACQUISITION PURPOSE AND OBJECTIVES:�The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources that can provide Vibration System Calibration and Preventative Maintenance. The contractor shall perform the following general functions:� The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and� other items and non-personal services necessary to perform Vibration System Calibration and Preventative Maintenance as defined in this Performance Work Statement� except for those items specified as government furnished property and services.� The contractor shall perform to the standards in this contract. The goal is to support mission accomplishment by providing The objective of this service contract is to procure the required services for the maintenance and services on the multi-shaker vibration system and subsystems as required IAW Preventative Maintenance Program for Multi-Shaker system. Maintain Vibration System and Vibration Control System Provide phone and technical support regarding Vibration System and Vibration Control System Provide parts need to keep Vibration System and vibration Control System Maintained. The contractor shall perform the required services IAW the requirements listed in the Preventative Maintenance Program for the Multi-Shaker system, maintenances manuals and warranty requirements and provide all service replacement parts, filters, oils, and seals as required Extended Warranty on both Jaguar Systems (2580-1325 and 2560-1368) Jaguar Controller Software Updates Jaguar Controller Calibration (Onsite) Jaguar Preventative Maintenance Shaker Preventative Maintenance Jaguar Controller Technical Support Phone Support Twice a year visits to DPG for regular maintenance IAW the current Preventative Maintenance Program for Multi-Shaker System Shaker parts, Slip Table parts, Vertical System parts and Jaguar Controller parts Two (2) emergency call outs for repair Backup parts purchase/Rollover Money (If needed/funding allows) To meet this goal, close coordination is required between the Contractor, Contracting Officer and Contracting Officers Representative (COR) to efficiently provide minimizing disruptions to operations accomplish Calibration, Preventative Maintenance and repairs needed for Vibration Systems and Vibration Control Systems. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. This is NOT a request for quote or proposal.� Elaborate proposals or pricing information are neither required nor desired. This notice will be distributed solely through the�Contracting�Opportunities (Formerly�FBO) Website (https://beta.sam.gov/search?index=opp). Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition.�� Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement:� 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.)� and�the corresponding NAICS code.� 2.� Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes.� Provide recommendations to improve the Army's specifications to acquiring the identified items.� 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.� 4.� Information to help determine if the requirement (items) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.� 5.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 6.��If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 3:00 P.M. Mountain Standard Time,�7�December, 2020.��In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item(s). All inquiries shall be clearly marked with Sources Sought ID Number W911S6-21-Q-0004�and e-mailed to the Point of Contact (POC) listed below.� 7.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott�Kukes, at�scott.d.kukes.civ@mail.mil�or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.� Interested parties shall enter ""NMR System Maintenance� in subject line of email.�Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length)�to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Nicholas J. Rowton, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000.�� The point of contact concerning this sources sought action is Mr. Jeremy MacDougall, Contract Specialist at (435) 831-2620, or email�nicholas.j.rowton.civ@mail.mil.��� Responses are due by 3:00 P.M. Mountain Standard Time,�7�December, 2020.�� In order to determine the extent of industry interest and capability, interested parties must submit by e-mail to�Nicholas J. Rowton,�nicholas.j.rowton.civ@mail.mil.� Responses are due by�3:00 P.M. Mountain Standard Time,�7�December, 2020.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c9acb7b4475e4653acfa9762380441f6/view)
 
Place of Performance
Address: Tooele, UT 84074, USA
Zip Code: 84074
Country: USA
 
Record
SN05868309-F 20201209/201207230146 (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.