SOLICITATION NOTICE
J -- Sole Source Calibration and Maintenance Services Leica Laser Trackers
- Notice Date
- 5/10/2022 5:27:51 AM
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N68520-22-SIMACQ-61300H-0320
- Response Due
- 5/13/2022 11:00:00 AM
- Archive Date
- 05/14/2022
- Point of Contact
- Theresa Newbold
- E-Mail Address
-
theresa.newbold@navy.mil
(theresa.newbold@navy.mil)
- Description
- The Commander, Fleet Readiness Center (COMFRC) Procurement Group, Patuxent River, MD intends to issue a sole source award utilizing Simplified Acquisition Procedures to Hexagon Metrology Inc. (HMI) for calibration services for two (2) Leica laser trackers for Fleet Readiness Center Southeast (FRCSE).� The Contractor shall provide all personnel, supervision, tools, equipment, and any other items necessary to conduct Original Equipment Manufacturer (OEM) repair and calibration on one Leica Geosystem Laser Tracker (Model no. AT960; Serial nos.� 751861 and 751864). The contractor shall be an authorized service provider by the Navy Air System Command (NAVAIR) Metrology and Calibration (METCAL) program to perform the annual calibration requirements. All services shall be performed at the contractor�s facility.� HMI is the NAVAIR METCAL authorized provider of calibration services for laser trackers, in accordance with NAVAIR Letter AIR-6.7/18-059, dated 23 April 2018. Additionally, HMI holds the proprietary rights for repairing and calibrating all of the OEM�s (Leica Geosystems) products. HMI has established business affiliations with Leica Geosystems as the exclusive maintenance provider for the Leica laser tracker products, as stated in a letter from Hexagon dated 16 July 2019. The applicable North American Industrial Classification System Code (NAICS) code that this work falls under is 811219- Other Electronic and Precision Equipment Repair and Maintenance, with a size standard of $22.0 million. This notice of intent is for information purposes only. All sources eligible to meet this requirement must respond in writing. Responses must be supported with clear and convincing evidence that clearly articulate the company�s ability to satisfy this requirement as outlined above. A request for documentation will not be considered as an affirmative response. If no responses are received within three (3) calendar days after publication of this notice, to demonstrate comparable capability, then a sole source acquisition award will be made. Responses to this notice must be sent to the Contract Specialist Theresa Newbold at: Theresa.i.newbold.civ@us.navy.mil. THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL. THIS POSTING DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO SOLICIT OR AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SYNOPSIS. ALL DATA RECEIVED IN RESPONSE TO THIS SYNOPSIS THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM ANY RELEASE OUTSIDE THE GOVERNMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f45628b6c9d6496f93481c57ea0aabc5/view)
- Place of Performance
- Address: MI, USA
- Country: USA
- Country: USA
- Record
- SN06322308-F 20220512/220510230052 (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 |