Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2012 FBO #3981
SPECIAL NOTICE

J -- Notice of Intent to Award Sole Source: Agilent Technologies - Attachment 1

Notice Date
10/16/2012
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Installation Division, 4118 SUSQUEHANNA AVENUE, ABER PROV GRD, Maryland, 21005-3013, United States
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-13-T-0010
 
Archive Date
11/10/2012
 
Point of Contact
Amy Bozzard, Phone: 4102780712
 
E-Mail Address
amy.m.bozzard.civ@mail.mil
(amy.m.bozzard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Equipment List NOTICE OF INTENT TO AWARD SOLE SOURCE - 16 OCTOBER 2012 - ACC ABERDEEN PROVING GROUND intends to contract under FAR Part 6.302-1, Only One Responsible Source, to Agilent Technologies on a Sole Source basis. The Army Contracting Command, Aberdeen Installation Contracting Division, 4118 Susquehanna Avenue, Aberdeen, MD 21005 has a requirement to procure the preventative maintenance and repair service from Agilent Technologies in support of the Edgewood Chemical Biological Center (ECBC), Physical Properties & Analytical Chemistry Team located in the Edgewood Area of Aberdeen Proving Ground. CLIN 0001: Preventative Maintenance & Instrument Service The services being procured are for yearly, on-site preventative maintenance and instrument service for all the equipment specified in Attachment 1, Equipment List. The contractor shall perform all maintenance and repairs necessary to keep the units described in the equipment list in original equipment manufacturers operating condition. The contractor shall also provide software upgrades, on-line technical support and telephone assistance to resolve technical issues. Finally, the contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). The contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. CLIN 0002: Option Year 1 Preventative Maintenance & Instrument Service The services being procured are for yearly, on-site preventative maintenance and instrument service for all the equipment specified in Attachment 1, Equipment List. The contractor shall perform all maintenance and repairs necessary to keep the units described in the equipment list in original equipment manufacturers operating condition. The contractor shall also provide software upgrades, on-line technical support and telephone assistance to resolve technical issues. Finally, the contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). The contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. CLIN 0003: Option Year 2 Preventative Maintenance & Instrument Service The services being procured are for yearly, on-site preventative maintenance and instrument service for all the equipment specified in Attachment 1, Equipment List. The contractor shall perform all maintenance and repairs necessary to keep the units described in the equipment list in original equipment manufacturers operating condition. The contractor shall also provide software upgrades, on-line technical support and telephone assistance to resolve technical issues. Finally, the contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). The contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. The Government intends to award a firm-fixed price sole source contract to Agilent Technologies for a base and two option years. In accordance with FAR Part 17.2, the Government reserves the right to include option years within the contract. The option years will be executed at the contracting officer's discretion. This firm is the sole source supplier of repair parts, training, software upgrades, and the certification of the equipment. The North American Industry Classification System (NAICS) code for this requirement is 811219 and the size standard is $19.0 million. All responses received within ten (10) days after date of publication of this notice will be considered by the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Interested persons may identify their interest and capability to respond to the requirement no later than 2:00PM Eastern Time, 26 October 2012. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-30 effective 15 January 2009. This requirement is determined to be available from only one source because of it unique requirements. No request for quote for this procurement will be transmitted via Federal Business Opportunities. All potential offerors shall contact Amy Bozzard via e-mail at amy.m.bozzard.civ@mail.mil for additional information and/or to communicate concerns, if any, concerning this acquisition. Posting date of this requirement is 16 October 2012. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED. Point of Contact(s): Amy Bozzard, amy.m.bozzard.civ@mail.mil, 410-278-0712
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c259c80c69f7b8a90ea5e380401483d0)
 
Place of Performance
Address: Contracting Office Address:, ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013, United States
Zip Code: 21005-3013
 
Record
SN02914405-W 20121018/121016234308-c259c80c69f7b8a90ea5e380401483d0 (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.