Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2024 SAM #8213
SOURCES SOUGHT

J -- Maintenance and Calibration for Instron Universal Testing Systems PANRSA-24-P-0000 008090

Notice Date
5/21/2024 1:35:20 PM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
PANRSA-24-P-0000008090
 
Response Due
5/24/2024 2:00:00 PM
 
Archive Date
06/08/2024
 
Point of Contact
Tawana Sizemore, Benjamin C. Hymas
 
E-Mail Address
tawana.m.sizemore.civ@army.mil, benjamin.c.hymas.civ@army.mil
(tawana.m.sizemore.civ@army.mil, benjamin.c.hymas.civ@army.mil)
 
Description
Request for Information / Sources Sought / Special Notice For Maintenance and Calibration for Instron Universal Testing Systems INTRODUCTION This sources sought synopsis is being issued as a means of conducting market research to identify parties having an interest in and the resources to support the Government�s requirement for on-site preventative maintenance, calibration, and repair services for Instron 5566, Instron 5587, and SATEC 60UD universal testing systems and accessories.� The requirement also includes delivery and calibration of quantity one (1) 10 kilonewton (kN) load cell for use with the SATEC 60UD. �Services are to be performed at Tobyhanna Army Depot, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466. This is an exchange with industry before receipt of proposals as defined in FAR 15.201(c)5.� This notice is solely for information and planning purposes. �It does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future.� The government does not intend to award a contract on the basis of any responses received.� An RFP is not available at this time.� Requests for a solicitation will not receive a response.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� The Government will not reimburse respondents for information solicited.� The information provided herein is subject to change and in no way binds the Government.� The Government reserves the right to consider acquisition strategies as deemed appropriate.� REQUIRED CAPABILITIES The Contractor shall provide on-site repair, preventative maintenance, and calibration services for Instron 5566, Instron 5587, and SATEC 60UD universal testing systems and accessories.� The requirement also includes delivery and calibration of quantity one (1) 10 kilonewton (kN) load cell for use with the SATEC 60UD.� The Contractor�s servicing personnel shall be specially trained and authorized to perform OEM or OEM-equivalent maintance to this equipment.� They shall have the necessary knowledge, skills, tools, documentation and system security access to fully service the equipment, make hardware adjustments, and manipulate software settings � to include all calibration factors. Upon completing annual service the Contractor shall provide the Government with a full report of services performed to each item, as well as NIST-traceable certificates of calibration. ELIGIBILITY The applicable NAICS code for this requirement is 334519 with a Small Business Size Standard of 750 employees. The Product Service Code is J066. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Submittal of capabilities statements (or any pre-submission questions) are requested via electronic mail to Tawana Sizemore, Contracting Officer, CCAM-CAD-B, ACC RSA, tawana.m.sizemore.civ@mail.mil no later than 4:00 PM CST on Friday, May 24 2024.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce5ed45c58d641e0832d24d59dae7dea/view)
 
Place of Performance
Address: Redstone Arsenal, AL, USA
Country: USA
 
Record
SN07072376-F 20240523/240521230055 (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.