SOLICITATION NOTICE
J -- Maintenance service support of Government owned laboratory equipment (Agilent GC-MS Systems, Waters Acquity LC-MSMS Systems and Agilent Cerity Open Lab ECM)
- Notice Date
- 12/19/2011
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N6264512R0011
- Response Due
- 1/11/2012
- Archive Date
- 3/11/2012
- Point of Contact
- Timothy.karol@med.navy.mil 301--619-1103 Shannon Lertora 301-619-0287
- E-Mail Address
-
Maintenance Services (GC-MS Systems, Acquity LC-MSMS Systems, and Cerity Open Lab ECM)
(timothy.karol@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. The Naval Medical Logistics Command (NMLC) has a requirement for a one year base period with four one year options contract for full maintenance of Government owned laboratory equipment (Agilent Gas Chromatograph-Mass Spectrometer (GC-MS) Systems, Waters Acquity Liquid Chromatograph-Tandem Mass Spectrometer (LC-MSMS) Systems and Agilent Cerity Open Lab Enterprise Content Manager (ECM) in support of the Department of Defense Drug Testing Program. The military drug testing laboratories are located at Navy Drug Screening Laboratory (NDSL) Jacksonville, Florida; NDSL Great Lakes, Illinois; NDSL San Diego, California; Air Force Drug Testing Laboratory (AFDTL) Lackland Air Force Base, Texas; Army Forensic Toxicology Drug Testing Laboratory (AFTDTL) Fort Meade, Maryland; AFTDTL Tripler Army Medical Center (AMC), Hawaii; and the Armed Forces Medical Examiner Services (AFMES), Dover Air Force Base, Delaware. NMLC intends to release a solicitation in late January 2012. This acquisition is intended to use simplified acquisition procedures (IAW FAR 12.6 and 13.5); however, the solicitation will contain all of the terms and conditions once released. The requirement will be fulfilled via an unrestricted, full and open competitive acquisition. There are no set-aside restrictions for this requirement. All responsible sources may submit an offer. The intended procurement will be classified under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $19.0 million dollars. This solicitation is by electronic means only “ no hard copies will be mailed to offerors. The official release of the Request for Proposal (RFP) and all amendments will be posted on the Navy Electronic Business Opportunities (NECO) web site at https://www.neco.navy.mil/ which will upload to the Federal Business Opportunities (FBO) website at https://www.fbo.gov All questions shall be submitted in writing to the contract specialist at timothy.karol@med.navy.mil No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264512R0011/listing.html)
- Record
- SN02642018-W 20111221/111219234628-0b2d688ae8f4665441d520589c25e0fe (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 |