SOLICITATION NOTICE
J -- Industrial Hygiene Equipment Calibration and Maintenance Service - J & A
- Notice Date
- 9/27/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-17-R-0069
- Archive Date
- 10/25/2017
- Point of Contact
- Richard A. Hall, Phone: 3016197423
- E-Mail Address
-
richard.a.hall10.civ@mail.mil
(richard.a.hall10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W81XWH-17-P-0259
- Award Date
- 9/25/2017
- Description
- Redacted J & A The United Stated Army Medical Research Acquisition Activity (USAMRAA) intends to negotiate on a sole source basis, in accordance with Federal Acquisition Regulation (FAR) 13.501(a)(1)(i) Only one source available, with Gray Wolf Sensing Solutions, LLC., 6 Research Drive, Shelton, CT 06484, as the only responsible source than can provide the required calibration and repair of industrial hygiene survey and sampling equipment currently distributed to Army industrial hygiene activities worldwide. The United States Army Public Health Center (USAPHC) requires a maintenance contract for all Medical Command (MEDCOM) industrial hygiene equipment purchased in support of the MEDCOM Industrial Hygiene/Occupational Health Hiring Initiative. The APHC intends to procure a firm-fixed-price contract for Gray Wolf Sensing Solutions, LLC., the manufacturer and sole provider of factory calibration and service to the equipment included in the AdvancedSense IAQ Plus Kits, AdvancedSense TOX Kits, AdvancedSense TVOC Kits that were purchased in 2012 and 2015. GrayWolf does not allow calibration houses or other Third Party companies to factory calibrate this equipment. The intended procurement will be classified under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $20,500,000.00 and a PSC code of J066. This notice of intent is not a request for competitive proposals and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same service. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-R-0069/listing.html)
- Place of Performance
- Address: The work to be performed under this contract will be performed at the Contractor’s facilities. No on-site work will be performed., United States
- Record
- SN04696560-W 20170929/170927231901-8fafbd284f1acdf876f795db6264aefb (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 |