SOURCES SOUGHT
J -- REQUEST FOR INFORMATION - PREVENTATIVE MAINTENANCE FOR POWDER DOSING UNIT
- Notice Date
- 12/27/2017
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W81XWH-18-S-0002
- Archive Date
- 1/26/2018
- Point of Contact
- JENNIFER S. BASSETT, Phone: 301-619-2268
- E-Mail Address
-
JENNIFER.S.BASSETT.CIV@MAIL.MIL
(JENNIFER.S.BASSETT.CIV@MAIL.MIL)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY REQUEST: THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. BACKGROUND: The U.S. Army Medical Research Acquisition Activity (USAMRAA) is conducting market research to obtain information regarding Preventative Maintenance services to the United States Center for Environmental Health Research (USACEHR) located at Fort Detrick, Maryland. Services will include, but, not be limited to: performing preventative maintenance services on a Mettler Toledo Automated Powder Dosing System in accordance with the Manufacturer's warranty. SPECIFICATIONS: Contractor must be able to furnish all software upgrades issued by the Manufacturer, and shall have access to all necessary diagnostic software, and shall use only OEM or OEM refurbished repair parts. The Contractor must be able to provide remedial repairs and be able to rebuild, or replace all hardware and components in accordance with the manufacturer's specifications. Repairs will include, but, not be limited to, the following: Provide instrument performance testing and optimization; Identify and perform repairs; Provide software updates and upgrades that are due and give instructions on the impact and use the new software features, including updates to mitigate cyber attacks. The government and the contractor's service representative will exchange hazard communication information before the commencement of any repair. Contractor will also be required to respond within 24 hours during normal duty hours (Monday - Friday 0800-1700). In addition to telephone inquiries to answer user questions, Contractor must be able to troubleshoot performance and maintenance problems, and schedule on-site maintenance or repair visits. Contracted services shall include all parts, labor, and travel expenses. SUBMITTALS: Interested parties shall respond by specifying if they have the capability to assess and report on the changing epidemiological situation in regions of interest; provide expertise on clinical protocol development and approvals, such as: import and export permits, ethics board approvals; provide expertise on establishment of international agreements with local hospitals and research institutions; procure consumables required for research activities; provide logistical support for clinical observational trials, such as patient enrollment, communication, sample and collection; and provide shipping and packaging expertise for clinical specimens. Summaries of the services as listed above shall be no more than Ten (10) pages in length, and shall describe service capabilities in each of these areas. Interested Parties shall provide business size status based upon NAICS code 811310, Small Business Size Standard of $7.5 Million, CAGE code as registered at SAM.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of January 11th, 2018. Interested parties shall submit information in response to this RFI to: Jennifer.s.bassett.civ@mail.mil. Responses shall be submitted and received via Email no later than 2:00PM EST Thursday, January 11th, 2018. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered. Questions concerning this RFI may be addressed by contacting: Jennifer.s.bassett.civ@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having the services that they believe would be suitable for military operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above. Please provide information on your organization in the following areas; 1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address. 2. DUNS Number and Cage Code 3. Confirmation of Current Active Registration in System for Award Management (SAM) 4. Primary NAICS Code(s) and Business Size (i.e., small/large) 5. GSA Schedule, If Available 6. Commercial Price List, if GSA schedule is Not Available 7. Product Specific Brochures Literature PROVISIONS AND CLAUSES: 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of Market Research and Planning Purposes Only. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5523ed5fcf4171f5539b1c8597a24905)
- Place of Performance
- Address: FREDERICK, Maryland, 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN04776884-W 20171229/171227230839-5523ed5fcf4171f5539b1c8597a24905 (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 |