Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOURCES SOUGHT

J -- Sysmex Chemical Analyzer Maintenance

Notice Date
8/10/2018
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 2310 Central Ave, Bldg 2258, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
SysmexChemAnalyzerMaintenance
 
Archive Date
10/10/2018
 
Point of Contact
Zachary Finley, Phone: 907-377-1123, Zachary S. Bowens, Phone: 9073773364
 
E-Mail Address
zachary.finley.3@us.af.mil, zachary.bowens@us.af.mil
(zachary.finley.3@us.af.mil, zachary.bowens@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE only for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of the Air Force. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Proposed work to be performed under the aforementioned contract is anticipated to be within the following North American Industry Classification System (NAICS) codes as follows: 811219, Medical and Surgical Equipment repair and maintenance services, and the size standard is $20.5M. The government is looking for vendor to provide routine maintenance service for XS-1000I Laboratory Hematology Analyzer on Eielson AFB. The product/service will be delivered/performed at Eielson AFB, Alaska. The minimum specific tasks required are as follows: 1. Equipment calibration verification using manufacturer's required calibration software every six (6) months from initial calibration. 2. Perform preventative maintenance using an Evidence Based Maintenance program as required by the manufacturer, every six (6) months. Contractor will provide all parts and consumables required for preventative maintenance service during this time. 3. Contractor will provide site unlimited access to the manufacturer's inter-laboratory quality assurance program. 4. Contractor will provide site access to manufacturer's real-time equipment error monitoring and diagnostics tool. 5. Contractor will provide site with access to manufacturer's Customer Resource Center. The contractor at minimum shall maintain and service the aforementioned equipment by providing the below services and routine maintenance checks. The contractor is also required to furnish and provide all necessary parts for the service. The contractor will assess, troubleshoot and replace defective parts. The U.S.A.F. is requesting the following information from interested vendors: 1) Company name and contact information to include phone number and email. 2) Contractor capability statement. 3) DUNS number and CAGE code. 4) Contractor request for details/facts to be provided by the government as part of an eventual solicitation package to allow for accurate contractor quotes. 5) Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811219, size standard of $20.5M. 6) Provide any additional information that your firm feels the government should consider for this type of requirement. Interested parties should send all information via email to SrA Zachary Finley at zachary.finley.3@us.af.mil and to SSgt Zachary Bowens at zachary.bowens@us.af.mil. NO PHONE CALLS WILL BE TAKEN IN RESPONSE TO THIS SOURCES SOUGHT/REQUEST FOR INFORMATION. Information must be submitted to the previously stated point of contact no later 10:00 AM Alaska Standard Time on 16 August 2018. An actual solicitation may be issued in the next few weeks. The closing date and time for submission of offers will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specifications and/or drawings, may be made available only on the Federal Business Opportunities Web Site at http://www.fedbizopps.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management database or their proposal will not be considered. Contractors can obtain further information on the System for Award Management at web site https://www.sam.gov. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a formal solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the FedBizOpps website at www.fbo.gov. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/SysmexChemAnalyzerMaintenance/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN05031776-W 20180812/180810231000-8be990473315db2feb0f995d00c2fcf5 (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.