Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2022 SAM #7546
SOURCES SOUGHT

J -- Temperature/Humidity Monitoring System Maintenance

Notice Date
7/27/2022 1:23:16 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT941022R5015
 
Response Due
8/3/2022 12:00:00 PM
 
Point of Contact
Ricky Robins, Phone: 2109528693
 
E-Mail Address
ricky.l.robins.civ@mail.mil
(ricky.l.robins.civ@mail.mil)
 
Description
This is a Sources Sought Notice seeking responses to determine interested parties for participation in the acquisition. The Defense Health Agency (DHA) Western Markets Contracting Division (WMCD) in San Diego, CA plans to establish a firm-fixed price contract to provide non-personal services for the maintenance of the Rees Scientific Monitoring System located at the Naval Health Clinic Oak Harbor (NHCOH), in Oak Harbor, Washington. The Government owned REES Scientific equipment will require maintenance and repair service by the manufacturer or other authorized and certified REES school-trained technicians to ensure the monitoring systems meet the standard of REES Scientific. The purpose is to provide the best maintenance and repair services for this monitoring system in accordance with manufacturer�s maintenance manuals, specifications located at NHCOH, Oak Harbor, Washington. Maintenance and repair services shall include, but not limited to, coverage for the Environmental Monitoring System and will cover a Validation Kit for New Systems and existing systems with Rees Software Ver. 3.0 Build 1020.0.24 or 1021.0.9 or higher, 16 6 volt 1.4 amperage batteries, 215 3.6 volt lithium battery for Z3 wireless transmitters and a single point calibration of differential pressure sensor using traceable equipment. Additionally, five, comprehensive one-year service� package will be required with full documentation provided to satisfy regulatory authorities. Comprehensive system test verifies, calibrates, and documents all system functions including readings, databases, alarms, dial-outs, outputs, reports, and user programming. Includes five, one-year onsite service plan with 24/7 technical support. Includes Good Manufacturing Practices (GMP) and Good Laboratory Practices (GLP) validation report, Installation Qualification (IQ) and Operational Qualification (OQ) services validation report, software validation test report, calibration of temperature and humidity with traceable equipment, copies of reference equipment calibration certificates and onsite refresher training at preventive maintenance (PM) visit. These equipment�s can only be worked on by REES Scientific authorized and certified technicians. Any responses to this sources sought may be asked to provide certifications and authorization letters. This is a Sources Sought Announcement; THIS IS NOT A SOLICITATION ANNOUNCEMENT. It is published for informational and planning purposes only and not as a request for competitive quotations, therefore, no solicitation document exists for this requirement. The purpose of this sources sought notice is to gain knowledge of potential qualified sources, their size classification relative to the NAICS Code. Responses to this Sources Sought will be used by the government to make appropriate acquisition decisions. Contractors responding to this Sources Sought Notice are advised their responses do not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this market research. Interested parties should e-mail responses to Ricky L. Robins, Contract Specialist at ricky.l.robins.civ@mail.mil by the Response Date. Responses shall include: Company name and address Point of contact name, email address, and telephone and fax numbers CAGE Code & SAM Registration Unique Entity Identification Number Business size and any/all socio-economic categories for the identified NAICS code What are you company�s capabilities to perform and/or hire qualified personnel and or subcontractors for this type of acquisition? A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, addresses and email addresses, if available) within the past three years. Capability statement shall include the ability perform as a REES Scientific authorized and certified technician.� Limit statement to two (2) pages (single sided, 8.5� x 11� paper). Do you currently have a government contract? All responses are due no later than 1200pm (PDT), 3 August 2022 to the below individual. Ricky Robins, ricky.l.robins.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a437222dfd394b4cb235bdf7302bdf5f/view)
 
Place of Performance
Address: Oak Harbor, WA 98278, USA
Zip Code: 98278
Country: USA
 
Record
SN06404540-F 20220729/220727230121 (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.