Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2016 FBO #5445
SOURCES SOUGHT

66 -- Agilent Instrument Maintenance and Repair Requirment - PWS, AND LIST OF EQUIPMENT

Notice Date
10/18/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-17-T-0002
 
Archive Date
8/31/2017
 
Point of Contact
Patricia S Natividad, Phone: 4358313429, Paul E. Frailey, Phone: 4358312587
 
E-Mail Address
patricia.s.natividad.civ@mail.mil, paul.e.frailey.civ@mail.mil
(patricia.s.natividad.civ@mail.mil, paul.e.frailey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement List of INSTRUMENTS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the following: The US Army Dugway Proving Grounds (DPG) This full service contract establishes requirements for a contractor to provide services to Chemical Test Division/West Desert Test Center on preventive maintenances and repair as needed of the GC (FPD/FID), GC-MS, LC-TOF, LC-Q, LC-QQQ and UV-VIS at Combined Chemical Test Facility, Bldg. 4156 located at US Army Dugway Proving Ground, UT. This requirement is to establish an essential support plan contract of the Agilent instrument. The contract will be for a one base year (12-month contract) and two (2) one year option terms; and during this time, the contractor will provide unlimited number of demand on-site service visits within a maximum time prescribed in Section 3.2.1, priority status of technical support inquires, and notifying and performing software updates/upgrades. This contract will also include engineer labor and travel related expenses and factory-certified replacement parts. The requiring activity for this requirement is the West Desert Test Centers (WDTC) Chemical Test Division. The full service contract with following requirements: 1) Unlimited on-site repair visits, including travel, labor and cost of parts (after service the system must be operating to meet the manufacture specifications). 2) Use of only genuine Agilent parts for repairs. 3) Consumables/supplies required for repair, such as, normal wear-and-tear items like liners, seals, lamps and tubing when needed for repair. 4) Annual on-site preventive maintenance to keep the systems operating at peak performance for sensitive and high-precision analysis as scheduled by the Contracting Officer Representative. Each item is identified on the equipment list required an annual PM. 5) Software upgrades. 6) 100% repair coverage guarantee. If the contractor cannot repair or fix the problems, the contractors shall replace those Agilent instruments with new Agilent instruments. 7) The equipment listed (in full text in this contract) or any replaced equipment shall not be shipped out to the contractor or leave Dugway Proving Ground to include any loaner equipment provided to the government. The government wants to establish a new service contract for Agilent instruments from June 30 2017 to June 29 2022 (one base year and four option years). The service contract of this system shall include an unlimited number of on-site service visits, any costs associated with engineering labor and travel expenses, factory-certified replacement parts, software updates and notification of any upgrade of the systems, priority response for any technical support inquiries. See attached Performance Work Statement and Equipment List. To find a small business set-aside basis, provided 2 or more qualified small businesses in a socio-economic group to respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Please provide your socio-economic group along with what Product Service Codes, NAICS code, and Capabilities statement pertaining to this particular requirement. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 811219 or TBA. NAICS: 811219 Description: Other Electronic and Precision Equipment Repair and Maintenance OR TBA Size Standard: $20.5 Million OR TBA A continuing need is anticipated for this requirement. Attached are the draft Performance Work Statement (PWS), and Performance Requirements Summary (PRS). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. What is the lead time for identified repairs, or possible partnership with Agilent Equipment. Please propose a solution to how repairs would be accomplished and provide specification sheets with capabilities. If there are other Department of Defense contractors and contract please provide the contract number and title of similar requirement. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b0983a3a25d3b539f00ca83ffc72153)
 
Place of Performance
Address: Dugway Proving Ground, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04306384-W 20161020/161018233820-4b0983a3a25d3b539f00ca83ffc72153 (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.