Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2022 SAM #7517
SPECIAL NOTICE

99 -- Autoclave (Amended)

Notice Date
6/28/2022 7:06:21 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
RFIAutoclave
 
Response Due
8/8/2022 9:00:00 AM
 
Point of Contact
Tiffany N. Barnes
 
E-Mail Address
tiffany.n.barnes4.civ@army.mil
(tiffany.n.barnes4.civ@army.mil)
 
Description
******Amended***** This RFI is amended to: Update AutoClave Spreadsheet with model/serial numbers Attached �CBC Visitor Safety Program� document Attached �DA PAM 385-69�� document Attached �AR 190-17�� document Please see attachments� This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) part 13. This is not a solicitation/request for proposal (RFP) and no contract will awarded from this synopsis. All interested parties shall provide a capability statement that includes the company and/or descriptive literature and 2 (two) contracts for examples of similar work performed within the last year to Tiffany N. Barnes, Contract Specialist, email tiffany.n.barnes4.civ@army.mil. All questions and comments shall be in writing and submitted NLT 23 July 22 @ 12 noon; no telephone call will be accepted. All responses shall be accepted NLT 8 August 22 @ 1200 hrs. The requirement is open to all vendors, but small businesses are strongly encouraged to respond. The Government will not pay for any information received in response to the request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Estimated Dollar Value: Not to exceed $1M Estimated Period of Performance: One (1) Base Year and two (2) option year Contract Type: This requirement is anticipated to be a Firm Fixed Price (FFP) contract Support Service: US Army Combat Capabilities Development Command (DEVCOM) is requesting information regarding the calibration and preventive maintenance (PM) service of its autoclaves located at Aberdeen Proving Grounds (APG), Edgewood, MD 21010.� DEVCOM CBC has 33 autoclaves by 14 different manufactures and is seeking data from sources/companies capable of servicing this equipment semi-annually.� Attachment A details the manufacturers and model numbers of these systems. Several of these autoclaves are located in Biosafety Level (BSL)-3 laboratories.� Servicing these systems will require personal to be in compliance with Army Regulation 190�17, the Department of the Army Pamphlet 385�69, and the DEVCOM-CBC Visitor Risk Program (Attachments B-D) and to complete several DEVCOM CBC health and safety trainings annually.� Notably, DEVCOM-CBC Visitor Risk Program will require personnel to obtain annual physicals and to wear Government-supplied respiratory and other personnel protection gear while in the BSL-3 labs.� Not all 33 autoclaves at DEVCOM CBC are mission essential, a source offering tiered service plans with varying levels of coverage is highly desired.� As examples, for the systems deemed to be mission essential, DEVCOM CBC would prefer to have the highest level of comprehensive coverage offered to include a rapid (~1-2 business days) turn-around time for repairs. It is desired for these essential systems to be operational for at least 95% of the year.� For non-essential systems, the plan would provide cover annual preventive maintenance parts and labor, and estimated repair costs would be priced separately. In summary, the required capabilities for this RFI are:� Sources with the ability to perform maintenance and calibration on the broad variety autoclaves held by DEVCOM CBC and the competency to comply with the various manufactures� preventive maintenance specifications.� Sources able to provide service for autoclaves in BSL-3 laboratories.�� Although past experience is not a requirement, if relevant experience exists, please provide a brief description of it.� An ability to provide a premium service plan that offers comprehensive coverage to include parts and rapid repairs for autoclaves designated as mission essential.��� Describe the services provided to ensure operational status for 95% of the year, this would include preventive maintenance requirements identified by the manufactures or what would be the minimum requirements if not identified by a manufacturer.� The Offeror should identify preventative maintenance, not performed by the company but that should be performed by the government on a daily, weekly, monthly schedule to maintenance operational status.� A tiered service plan with options for autoclaves that are deemed to be less than mission essential.� If practical, a Rough Order of Magnitude (ROM) costing information for service plan options would be appreciated.� Any costing information that is provided would be strictly used for market research purposes and would in no way be used for any type of future cost negotiations.� For planning purposes, DEVCOM-CBC envisions a minimum of two service visits annually for the systems covered under this contract. Request for Information: Please respond to the following in Time New Roman font size 12 and no more than 10 pages in length. Please provide the following Point of Contract Information Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: 2.�Please identify your company�s size standard per NAICS code of 811219. The Small Business Size Standard for this NAICS code is $22 million. Large Business: Small Business: ����������� 8(a): ����������� Small Disadvantaged Business (DB): ����������� Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: 3.�Please provide the following information for up to 3 examples of similar work that your company has performed:� Contract Number(s): Aggregate dollar value of entire contract. Aggregate dollar value of your firm as a prime contractor on each contract. Was this work similar in scope? Answer below questions: a. Can you meet the required capabilities? Please provide a Capabilities statement or a Brief Narrative explaining why. b. Can you exceed these requirements? If so, how and why is this an additional benefit to the Government? c. Is there any information that is confusing or needs to added, as the Government wants to ensure our requirement is understood to the maximum extent practicable?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63a6194307bf43199fe561c97e099f7d/view)
 
Place of Performance
Address: MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN06371361-F 20220630/220628230123 (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 |
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.