SPECIAL NOTICE
J -- Notice of Intent to Award Sole Source: AB SCIEX
- Notice Date
- 12/11/2012
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK13T0033
- Archive Date
- 3/11/2013
- Point of Contact
- Amy Bozzard, 4102780712
- E-Mail Address
-
ACC-APG - Installation Division
(amy.m.bozzard.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE - 11 December 2012 - ACC ABERDEEN PROVING GROUND intends to issue a contract under FAR 6.302-1, Only One Responsible Source to AB SCIEX on a sole source basis. The Army Contracting Command, Tenant Contracting Division, 4118 Susquehanna Avenue, Aberdeen, MD 21005 has a requirement to procure preventative maintenance and repair services from AB SCIEX in support of the Edgewood Chemical Biological Center (ECBC), Decontamination Science Branch, located in the Edgewood Area of Aberdeen Proving Ground. CLIN 0001: AB SCIEX API5000 S/N: AG012350605 The services being procured are for on-site preventative maintenance and instrument service for the equipment specified. The contractor shall perform all maintenance and repairs necessary to keep the unit described in original equipment manufacturers operating condition. The contractor shall also provide on-line technical support and telephone assistance to resolve technical issues. Finally, the contractor shall provide 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: AB SCIEX API5500Q S/N: AU22461002 The services being procured are for on-site preventative maintenance and instrument service for the equipment specified. The contractor shall perform all maintenance and repairs necessary to keep the unit described in original equipment manufacturers operating condition. The contractor shall also provide 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: AB SCIEX API5500Q S/N: AU24101009 The services being procured are for on-site preventative maintenance and instrument service for the equipment specified. The contractor shall perform all maintenance and repairs necessary to keep the units described in original equipment manufacturers operating condition. The contractor shall also provide 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 0004: AB SCIEX API5500Q S/N: AU24111009 The services being procured are for on-site preventative maintenance and instrument service for the equipment specified. The contractor shall perform all maintenance and repairs necessary to keep the unit described in original equipment manufacturers operating condition. The contractor shall also provide 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 AB SCIEX. This firm is the sole source provider to service AB SCIEX equipment in the United States. The North American Industry Classification System (NAICS) for the 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 11:00AM Eastern Time, 21 December 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 11 December 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 Contracting Office Address: ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013 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/0da9fe392349cf498809b2d61b51c205)
- Record
- SN02946244-W 20121213/121211234244-0da9fe392349cf498809b2d61b51c205 (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 |