Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SPECIAL NOTICE

J -- This is a requirement to procure services for maintenance; repair; and calibration of the Water Purification System to include the necessary labor, equipment, parts and materials.

Notice Date
8/19/2011
 
Notice Type
Special Notice
 
NAICS
333294 — Food Product Machinery Manufacturing
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W81C5M1049M251
 
Archive Date
11/17/2011
 
Point of Contact
Linda Reynolds, 410-278-2926
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(linda.j.reynolds@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR Part 13. The US Army Contracting Command, Installation Contracting Division, 4118 Susquehanna Avenue, Aberdeen, MD 21005 has a requirement to procure the following services for maintenance; repair; and calibration of the Water Purification System to include the necessary labor, equipment, parts and materials for the Government-owned equipment. Millipore Corporation is the manufacturer of the Water Purification Systems and has the factory trained certified field service engineers to service the system. Any maintenance by third party contactors would require rectification to keep our ISO accreditation. CLIN 0001 Base Year Period of Performance covering 1 September 2011 through 31 August 2012 Contractor shall provide preventative maintenance for the Water Purification System to include the necessary labor, equipment, parts and materials for the Government-owned equipment to include: a. Additional instructions: At least one preventive maintenance visit, to include system calibration and alignment, per contract year for each instrument covered. b. All parts needed to keep the instrumentation properly functioning and within manufactures specifications. Including pump seals, pistons and rebuild parts. Only new OEM (Original Equipment Manufacturer) parts shall be used for repairs. Rebuilt parts and third party parts are forbidden. c. All associated labor, per diem, mileage, and other related expenses incurred by the service representatives. d. All software and firmware upgrades are to be included for all covered systems. Knowledgeable telephonic support for system trouble shooting will be provided from 9am to 5 pm EST Monday through Friday. Software media must be provided. e. The government shall be given upon request proof of competency of service personnel. This may include but is not limited to certificate of completion of authorized repair training on any or all of the equipment covered. Failure to produce proof of adequate specific training on the covered equipment will be a violation of this contract and can be used as grounds to terminate this contract. Due to new security requirements all service personnel must be US citizens. f. Response time: The service company shall respond by being on site to effect repairs no later than 4 working days (excluding weekends and declared federal holidays) after initial contact by the government. Lab hours: are 7 am to 3 pm Monday through Friday. The lab is closed every other Friday. g. The service company shall provide loaner equipment of the same or updated model type for use at the above locations if the following occurs: the equipment is removed from its original location to render service, or the equipment cannot be rendered serviceable within 14 working days of the initial repair visit. Location of Equipment: Aberdeen Test Center Bldg 363; 400 Colleran Road Aberdeen Proving Ground, MD 21005-5059 CLIN 0002 Option Year 1 Period of Performance covering 1 September 2012 through 31 August 2013 Contractor shall provide preventative maintenance for the Water Purification System to include the necessary labor, equipment, parts and materials for the Government-owned equipment to include: a. Additional instructions: At least one preventive maintenance visit, to include system calibration and alignment, per contract year for each instrument covered. b. All parts needed to keep the instrumentation properly functioning and within manufactures specifications. Including pump seals, pistons and rebuild parts. Only new OEM (Original Equipment Manufacturer) parts shall be used for repairs. Rebuilt parts and third party parts are forbidden. c. All associated labor, per diem, mileage, and other related expenses incurred by the service representatives. d. All software and firmware upgrades are to be included for all covered systems. Knowledgeable telephonic support for system trouble shooting will be provided from 9am to 5 pm EST Monday through Friday. Software media must be provided. e. The government shall be given upon request proof of competency of service personnel. This may include but is not limited to certificate of completion of authorized repair training on any or all of the equipment covered. Failure to produce proof of adequate specific training on the covered equipment will be a violation of this contract and can be used as grounds to terminate this contract. Due to new security requirements all service personnel must be US citizens. f. Response time: The service company shall respond by being on site to effect repairs no later than 4 working days (excluding weekends and declared federal holidays) after initial contact by the government. Lab hours: are 7 am to 3 pm Monday through Friday. The lab is closed every other Friday. g. The service company shall provide loaner equipment of the same or updated model type for use at the above locations if the following occurs: the equipment is removed from its original location to render service, or the equipment cannot be rendered serviceable within 14 working days of the initial repair visit. Location of Equipment: Aberdeen Test Center Bldg 363; 400 Colleran Road Aberdeen Proving Ground, MD 21005-5059 CLIN 0003 Option Year 2 Period of Performance covering 1 September 2013 through 31 August 2014 Contractor shall provide preventative maintenance for the Water Purification System to include the necessary labor, equipment, parts and materials for the Government-owned equipment to include: a. Additional instructions: At least one preventive maintenance visit, to include system calibration and alignment, per contract year for each instrument covered. b. All parts needed to keep the instrumentation properly functioning and within manufactures specifications. Including pump seals, pistons and rebuild parts. Only new OEM (Original Equipment Manufacturer) parts shall be used for repairs. Rebuilt parts and third party parts are forbidden. c. All associated labor, per diem, mileage, and other related expenses incurred by the service representatives. d. All software and firmware upgrades are to be included for all covered systems. Knowledgeable telephonic support for system trouble shooting will be provided from 9am to 5 pm EST Monday through Friday. Software media must be provided. e. The government shall be given upon request proof of competency of service personnel. This may include but is not limited to certificate of completion of authorized repair training on any or all of the equipment covered. Failure to produce proof of adequate specific training on the covered equipment will be a violation of this contract and can be used as grounds to terminate this contract. Due to new security requirements all service personnel must be US citizens. f. Response time: The service company shall respond by being on site to effect repairs no later than 4 working days (excluding weekends and declared federal holidays) after initial contact by the government. Lab hours: are 7 am to 3 pm Monday through Friday. The lab is closed every other Friday. g. The service company shall provide loaner equipment of the same or updated model type for use at the above locations if the following occurs: the equipment is removed from its original location to render service, or the equipment cannot be rendered serviceable within 14 working days of the initial repair visit. Location of Equipment: Aberdeen Test Center Bldg 363; 400 Colleran Road Aberdeen Proving Ground, MD 21005-5059 The Government intends to award a Firm-Fixed Price sole source purchase order to Millipore Corporation, 290 Concord Rd,Billerica, MA 01821-3405. Millipore Corporation is the sole source to provide the service needed because they are the only manufacturer and the sole source in United States able to provide the services required. The associated North America Industry Classification System (NAICS) Code is 333294 and the Business Size Standard in the number of employees is 500. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest and capability to respond to the requirement no later than 9:00 AM Eastern Time, Tuesday, August 23, 2011. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. For questions concerning this Notice of Intent, contact Linda Reynolds, linda.j.reynolds@us.army.mil. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6cd9727bf6b16aaf6a1359a7fdfa062a)
 
Record
SN02541980-W 20110821/110819235445-6cd9727bf6b16aaf6a1359a7fdfa062a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.