SOURCES SOUGHT
J -- BRUKER NMR W/CRYOPROBE SERVICING
- Notice Date
- 3/3/2020 4:14:50 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-20-Q-0005
- Response Due
- 3/19/2020 2:00:00 PM
- Archive Date
- 04/03/2020
- Point of Contact
- JEREMY MACDOUGALL, Phone: 4358313429
- E-Mail Address
-
jeremy.a.macdougall.civ@mail.mil
(jeremy.a.macdougall.civ@mail.mil)
- Description
- SOURCES SOUGHT SYNOPSIS �THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for Maintenance and Repair of Nuclear Magnetic Resonance System with Cryoprobes on a �Sole Source Basis�, but is seeking vendors that may be able to supply the required maintenance/repair services for this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. A signed FAR Part 6 Sole Source Justification and Approval (JA) will be completed if no other sources other than Manufacturer is identified. The government intends to award the maintenance and repair of all equipment, on a Sole Source basis utilizing: BRUKER BIOSPIN 15 FORTUNE DRIVE BILLERICA, MA� 01821 USA (510) 683-4302 BRUKER BIOSPIN is the Original Equipment Manufacturer. The FAR Authority and U.S. Code are: 6.302-1. Only one responsible source and no other supplies or service will satisfy agency requirements. This acquisition is conducted under the authority of United States Code (U.S.C.) 10 U.S.C. 2304(c)(1) or 41 U.S.C. 3304(a)(1). THIS NOTICE OF INTENT/SOURCES SOUGHT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE). If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 3:00 P.M. Mountain Standard Time, 19 March, 2020. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item(s). All inquiries shall be clearly marked with Sources Sought ID Number W911S6-20-Q-0005 and e-mailed to the Point of Contact (POC) listed below. This notice 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. �It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.� The NAICS code is: 811219. �SBA Size Standard is $22.0M.� THE PSC IS J066. ACQUISITION PURPOSE AND OBJECTIVES: The Chemical Test Division/West Desert Test Center on preventive maintenances and repair as needed at Combined Chemical Test Facility, Bldg. 4156 located at US Army Dugway Proving Ground, UT. The CTD purchased a new 600-MHz NMR system and the warranty period will expire in June 2020.� The new service contract will need to be established to ensure that the NMR is fully operational and available for Test and Evaluation conducted by WDTC at Dugway. This proposed action is to obtain an original equipment manufacturer (OEM) support covering all parts and a certified technician�s labor, travel expenses and on-site visits to maintain Bruker AVNEO 600 MHz NMR system, system ID # 10275775 with the following items: � Labscape Comprehensive - Console coverage � Labscape Comp Magnet coverage w/3 Helium Fills per year � Labscape Comp CP BBO 600S3 BBF-H-D-05 Cryo Probe � Labscape Comp PA BBO 600S3 BBF-H-D-05 probe cover � Labscape Comp PH MASDVT600S3 BL3.2 probe cover � Labscape Comp Cryoplatform coverage � Labscape Comp SampleCase sample changer coverage � Labscape Comp BCU II Cooling Unit coverage Maintenance and repair tasks will be onsite at DPG. �Training on functionality is also required on any newer software upgrades or hardware issues. This notice will be distributed solely through the Contracting Opportunities (Formerly FBO) Website (https://beta.sam.gov/search?index=opp). Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: � Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. � Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes.� Provide recommendations to improve the Army's specifications to acquiring the identified items. � 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. � Information to help determine if the requirement (items) 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. � 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. � If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 3:00 P.M. Mountain Standard Time, 19 March, 2020. �In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item(s). All inquiries shall be clearly marked with Sources Sought ID Number W911S6-20-Q-0005 and e-mailed to the Point of Contact (POC) listed below. � Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Interested parties shall enter ""NMR System Maintenance� in subject line of email. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Jeremy MacDougall, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000. The point of contact concerning this sources sought action is Mr. Jeremy MacDougall, Contract Specialist at (435) 831-3429, or email Jeremy.a.macdougall.civ@mail.mil.� Responses are due by 3:00 PM (MST) on 19 March 2020. In order to determine the extent of industry interest and capability, interested parties must submit by e-mail to Jeremy MacDougall, Jeremy.A.MacDougall.civ@mail.mil.� Responses are due by 3:00 PM (MST) on 19 March 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d2871a145d3841b5947b5696574a9a67/view)
- Place of Performance
- Address: Dugway, UT 84022, USA
- Zip Code: 84022
- Country: USA
- Zip Code: 84022
- Record
- SN05578734-F 20200305/200304221140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |