Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOURCES SOUGHT

66 -- DYCOR, OFFSITE MAINTENANCE AND REPAIR OF EQUIPMENT

Notice Date
8/27/2015
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-15-T-0027
 
Response Due
9/9/2015
 
Archive Date
10/26/2015
 
Point of Contact
Patricia S Natividad, 435-831-3429
 
E-Mail Address
MICC - Dugway Proving Ground
(patricia.s.natividad.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Dugway Proving Ground Mission Installation Contracting Command West Desert Test Center (WDTC) Life Science Division (LSD), Dugway Proving Ground (DPG), Dugway, UT 84022 is seeking sources to provide the following: Off-Site Preventative Maintenance and Repair: Equipment requiring maintenance and/or repair will be shipped to the contractor's facility by the requiring activity, Life Sciences Division (LSD), on an as needed basis. The contractor will assess the equipment and provide a repair cost estimate prior to receiving authorization to proceed. Equipment includes: High Performance Asynchronous Multiplexing System.(HPAMS); Concentrator Fluorescence Aerosol Particle Sensor (CFLAPS); Power Control Modules (PCMs); Vacuum Control Modules (VCMs); New Brunswick Slit-to-Agar Air samplers; and Metrological weather stations. Concentration Fluorescence Aerosol Particle Sensor (CFLAPS) Recertification: The CFLAPS is a complex, high volume use item that may be returned to the contractor- after proper decontamination - for recertification upon completion of heavy use or as needed. Recertification cost shall be a per-unit Firm fixed price. The cost of equipment parts required by the contractor to satisfy the recertification requirement will be included in the unit-price. Additional repairs that are identified during the recertification will be communicated to LSD. A cost estimate to conduct these repairs will be provided to LSD. Authorization to proceed with repair outside of the recertification contract line item will be granted under the off-site maintenance and repair contract line item. Chem/Bio Network (CBNET) Software Additions, Updates and Modifications: Life Sciences Division would utilize this contract mechanism to acquire needed upgrades, or LSD-solicited modifications to the CBNET software thereby allowing LSD the flexibility to adapt the software for future test and evaluation requirement or needs. CBNET software is resident, in distributed fashion, in all components of the referee system. Upgrades and/or DPG-solicited modification will be determined on a case-by-case basis during discussion with the contractor and DPG LSD. A contractor cost estimate will be provided prior to authorization to proceed. The Contractor shall perform off-site preventative maintenance, service and repair (PMSR) The contractor shall conduct service and repair of faulty equipment. Equipment requiring service, maintenance and/or repair will be shipped to the contractors facility by the requiring activity, Life Sciences Division (LSD), on as needed basis. The contractor will assess the equipment and provide a cost estimate for a recommended repair plan prior to receiving authorization to proceed. The contractor will be required to begin work per the assessment report within 5 business days of receipt of authorization, Equipment includes (see below): High Performance Asynchronous Multiplexing System.(HPAMS); Concentrator Fluorescence Aerosol Particle Sensor (CFLAPS); Power Control Modules (PCMs); Vacuum Control Modules (VCMs); New Brunswick Slit-to-Agar Air samplers; and Metrological weather stations. Concentrator Fluorescence Aerosol Particle Sensor (CFLAPS) w/ XMX 2A (serial number): 70618030, 70651070, 01542-05, 70704068, 70708601, 01542-06, 06185-02, 70708602, 70708652, 01542-07, 06185-03, 70708728, 70711297, 01542-08, 01542-01, 70711298, 70715109, 01542-09, 01542-02, 70630068, 707xxx (missing part number), 01542-10, 01542-03, 70704069, 70708651, 01542-11, 01542-04, 70713126, 70708729, 01542-12, 06127-01, 06185-01 VCM V. 4 Vacuum control module (serial number):VCM4-004, VCM4-005, VCM4-002, VCM4-006, VMC4-009, VCM4-001, VCM4-0010, VCM4-008, VCM4-007, VCM4-003 PCM V. 4 Power control module (serial number):PCM4-002, PCM4-008, PCM4-006, PCM4-003, PCM4-007, PCM4-004, PCM4-010, PCM4-009, PCM4-005, PCM4-001 Meteorological Weather Head MH07 (serial number): MH07-021149-27, MH07-021149-29, MH07-021149-36, MH07-021149-32, MH07-021149-31, MH07-021149-33, MH07-021149-35, MH07-021149-30, MH07-021149-28, MH07-021149-34 STA-203- Slit-to-Agar Sampler (serial number):300443870, 300343494, 300646120, 300545634, 300544110, 300343498, 300646204, 300645909, 300443869, 300646200, 300646199, 300645905, 300544109, 300646201, 300646118, 300645911, 300545636, 300646205, 300645915, 300646124, 300545641, 300645825, 300646117, 300646123, 300544256, 300343500, 300646119, 300544261, 300545632, 300544255, 300646197, 300544258, 300645830, 300544252, 300645908, 300544259, 300545637, 300645831, 300645906, 300645832, 300443868, 300544253, 300645910, 300645835, 300645829, 300544254, 300645904, 300443872, 300544260, 300646203, 300545640, 300544106, 300545638, 300646121, 300545633, 300646198, 300343497, 300646122, 300545639, 300544111, 300343499, 300443873, 300544251, 300443874, 300544113, 300646127, 300443864, 300646202, 300443867, 300646196, 300544115, 300544114, 300544107, 300343495, 300443871, 300443875, 300544105, 300343314, 300645834, 300443866, 300443865, 300343313, 300645826, 300544112, 300645913, 300646125, 300545635, 300645833, 300645912, 300646116, 300544257, 300343496, 300646126, 300645907, 300645827, 300343501, 300645828, 300645914, 300645836, 300xxxxxx(missing part number) High Performance Asynchronous Multiplexing System (HPAMS) (serial number): HPAMS1-01, HPAMS1-02, HPAMS1-03, HPAMS1-04, HPAMS1-05, HPAMS07, HPAMS08, HPAMS09, HPAMS10, HPAMS11, HPAMS12, HPAMS13, HAPMS14, HPAMS15, HPAMS16, HPAMS42, HPAMS43, HPAMS44, HPAMS45, HPAMS47, HPAMS48, HPAMS49, HPAMS50, HPAMS51, HPAMS54, HPAMS55, HPAMS56, HPAMS57 PCM V. 3 Power control module (serial number):77409, 77412, 04111-01-001, 04111-01-003, 77410, 77418, 04111-01-002, 04111-01-004, 77411 3.2 Contractor shall conduct CFLAPS recertification on an as-needed basis Performance Standards a) STD: Recertification cost shall be a per-unit fixed price that may include but not limited to the following services: Bioaerosol Test, FLAPS Calibration and System Check, XMX Concentration Efficiency, XMX Flow Rate, XMX Cleaning, XMX O-Rings Replacement, Sheath Air Filter Replacement, FLAPS Blue Disposable Filter Replacement, FLAPS Nozzle Cleaning, Enclosure Air Filters Replacement, FLAPS Internal Serviceable Items Replacement, XMX/2A/L/D Primary Blower Replacement, Enclosure Air Filters Replacement, Misc. Chamber Costs, Test Report Equipment that may be required for recertification include:Concentrator Fluorescence Aerosol Particle Sensor (CFLAPS) w/ XMX 2A (serial number): 70618030, 70651070, 01542-05, 70704068, 70708601, 01542-06, 06185-02, 70708602, 70708652, 01542-07, 06185-03, 70708728, 70711297, 01542-08, 01542-01, 70711298, 70715109, 01542-09, 01542-02, 70630068, 707xxx (missing part number), 01542-10, 01542-03, 70704069, 70708651, 01542-11, 01542-04, 70713126, 70708729, 01542-12, 06127-01, 06185-01 3.3 Contractor shall perform Chem/Bio Network (CBNET) Software Additions, Updates and Modifications as needed Performance Standards a) STD: Life Sciences Division shall utilize this contract mechanism to acquire needed upgrades, or LSD-solicited modifications to the CBNET software thereby allowing LSD the flexibility to adapt the software for future test and evaluation requirement or needs. Upgrades and/or DPG-solicited modification will be determined on a case-by-case basis during discussion with the contractor and DPG LSD. A contractor cost estimate will be provided prior to authorization to proceed. 3.4 Personnel Reporting Performance Standards a) STD: The contractor shall report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract as instructed in clauses section of this contract under FAR 52.204-4000, DEPARTMENT OF ARMY PERSONNEL REPORTING SYSTEM. The Contractor is required to completely fill in all of the information in the format using the following web address: Other pertinent information please read: A determination on the contract type, mechanism for procurement, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811219 and J066. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1)business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Governments chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CH-DP (Patricia Natividad, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM MST (local prevailing time at U.S. Army Dugway Proving Ground, Utah), September 9, 2015 via email patricia.s.natividad.civ@mail.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b91195a797e9021b65fbcfe4ff07df6d)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03860014-W 20150829/150828000606-b91195a797e9021b65fbcfe4ff07df6d (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.