SPECIAL NOTICE
J -- SUBJECT: NOTICE OF INTENT TO AWARD SOLE SOURCE TO DVF CORPORATION FOR ON-CALL PERIODIC PREVENTIVE MAINTENANCE AND CALIBRATION, AND EMERGENCY REMEDIAL SERVICE OF THE TILT TABLE TEST FACILITY LOCATED AT ABERDEEN TEST CENTER (ATC).
- Notice Date
- 7/23/2015
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- 0010656849
- Archive Date
- 7/22/2016
- Point of Contact
- Christopher Neville, 443-861-4752
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(christopher.m.neville2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army Contracting Command, Tenant Division, Aberdeen Proving Ground, MD intends to negotiate solely (as prescribed in FAR 6.302-1) with DVF Corporation, 9455 Early Drive, Hagerstown, MD 21740. The service will be provided for Aberdeen Test Center (ATC). The contractor shall provide labor and material to accomplish on-call periodic preventive maintenance and calibration and emergency remedial service of the Tilt Table Test Facility and associated subsystems/ancillary equipment and keep them in first class condition. Preventive maintenance shall be accomplished in accordance with the procedures as described in the technical manuals of the test facility or the appropriate subsystem/ancillary equipment. Special purpose test equipment and fixtures shall be provided by the contractor when required to accomplish the services. DVF owns design data and possesses test procedures, specialized maintenance/calibration apparatus, proprietary schematics, and drawings, all of which are essential to accomplish the requested maintenance, repair, and calibration requirements in a timely and cost efficient manner. DVF has available skilled, experienced technical personnel who have been trained to provide the technical knowledge necessary to evaluate, diagnose, and provide corrective actions for the facility to operate at its desired level of performance. Award to another contractor would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, and unacceptable delays in fulfilling the agency's requirements. The North American Industry Classification System (NAICS) for this requirement is 811310 and the size standard is $7.5 million. Interested persons may identify their interest, in writing, to the Government point of contact. Responses to this notice must be received no later than 2:45 PM, Eastern Standard Time, 28 July 2015. This notice of intent is not a request for competitive proposals or a solicitation of offers. The point of contact for this action is Christopher Neville, Contract Specialist, christopher.m.neville2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9ac689c9cd51d1a17f51e313e4d0ef59)
- Record
- SN03808126-W 20150725/150723235524-9ac689c9cd51d1a17f51e313e4d0ef59 (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 |