Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOURCES SOUGHT

J -- Revvity Janus G3 Repairs

Notice Date
7/23/2025 7:39:24 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
PANMCC-25-P-0000-020438
 
Response Due
8/1/2025 10:00:00 AM
 
Archive Date
08/16/2025
 
Point of Contact
Damon McLaughlin, Phone: 9283286285
 
E-Mail Address
damon.j.mclaughlin.civ@army.mil
(damon.j.mclaughlin.civ@army.mil)
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to award a contract on a SOLE SOURCE basis to Revvity Health Sciences, Inc., Hopkinton, Massachusetts, 01748-1602., for a period of performance of up to 6 weeks, 15 August 2025 through 30 September 2025 to perform the repairs needed to correct operational deficiencies on the JANUS G3 Standard, 4-tip, RUO, serial number: JA1830N2557. Parts needed are: Quantity Part Number Part Description 1 CLS154084 Janus 4 Tip Long LLS Cable w/PCB 1 7006625 2.5 ml syringe maintenance kit, 4 tip 1 09360037 Manual-JANUSG3 OQ, Mini, Standard, Expand 1 CLS146474 LED Assembly, Left, Encl, Short Tested The statutory authority for the sole source procurement is 10 U.S.C �2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 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 the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Any information provided in response to the sources sought will not be returned to the responder. Each potential source is also requested to provide the contract number(s), dollar value(s), capability statement and brief description of work previously or currently being performed, which specifically demonstrates the contractor�s ability to successfully satisfy the requirements of Technical Services. Firms shall also provide point of contact information where available for the efforts cited above. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is 811210, Electronic and Precision Equipment Repair and Maintenance. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 811210, Electronic and Precision Equipment Repair and Maintenance. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.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 Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. 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. 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 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. 5. Information to help determine if the requirement (item or service) 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. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae31a057201f4edeb7de7710a888bac4/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07521784-F 20250725/250723230054 (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.