Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

J -- Notice of Intent to Award Based on Sole Source - Ametec Hardware Maintenance Sup

Notice Date
9/13/2012
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Idaho OperationsU.S. Department of EnergyIdaho Operations1955 Fremont AvenueIdaho FallsID83415US
 
ZIP Code
00000
 
Solicitation Number
DE-NE0000576
 
Response Due
9/21/2012
 
Archive Date
10/21/2012
 
Point of Contact
Merrill, Heather J 208-526-1650, merrilhj@id.doe.gov ; Dye, Eliot J 208-526-9593, dyeej@id.doe.gov
 
E-Mail Address
Merrill, Heather J
(merrilhj@id.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with FAR Part 13.106(b)(1), the Department of Energy, Idaho Operations Office (DOE-ID) is negotiating a fixed-price, sole source award with Advanced Measurement Technology (Ametec) for Silver-level Hardware Maintenance support services for an Ametec Eletronic Gamma Ray Cooling System (Model # EW-S-1-ORT) located at the RESL Laboratory in Idaho Falls, ID. The system includes 14 high purity germanium, electronically cooled detectors, and the associated electronic coolers. The detectors were previously converted from liquid nitrogen cooled to electronically-cooled as part of a competitive acquisition. Advanced Measurement Technologies (Ametec) was selected to complete the conversion based on other manufacturers not meeting RESL requirements for the electronically-cooled conversion of the detectors. The maintenance/warranty agreement will provide service to the unique and proprietary electronics and hardware installed by Ametec to ensure the continuity of operations for the system. The services will be provided for a one-year base period with the option to extend the Purchase Order (PO) up to 4 additional one-year periods. The maintenance/warranty agreement covers the following equipment: - ACT85P4-RB-S - ACT85P4-RB-S - GEM40190-S - GEM50195-S - GEM30185-S - GEM60195-S - GMX28200-S - GLP36360/13P4 - GLP36360/13P4 - GMX25P4-70 - GEM45 - SIN 49-TP50584B - SIN 49-TP50536A - SIN 34-TP40553A - SIN 33-TP30859B - SIN 25-TP44QB - SIN 34-TP40582A - SIN 27-TNT03 - SIN 1984431 - SIN 9964284 - SIN 49-CVTN20080X - SIN 6943355 - GEM-FX80XXP4-RB-S SIN CV-T12068265CA - GMX15P4-70 SIN CV-T8902519CA - GEM50195-S SIN 11007319 - CRYOSECURE SIN 10034389 - CRYOSECURE SIN 101117132 - CRYOSECURE SIN N/A - CRYOSECURE SIN NA 1 - CRYOSECURE SIN 9295836 - CRYOSECURE SIN NA2 - CRYOSECURE SIN 10067099 - CRYOSECURE SIN 10074674 - CRYOSECURE SIN 10050152 - CRYOSECURE SIN 10090688 - CRYOSECURE SIN 10196302 - CRYOSECURE SIN 10117134 - CFG-X-COOL-II-115 SIN 12835-090913CR - CFG-X-COOL-II-115 SIN 13320-100402CT - CFG-X-COOL-II-115 SIN 12836-09014CR - CFG-X-COOL-II-115 SIN 12875-091001CR - CFG-X-COOL-II-115 SIN 12840-090912CR - CFG-X-COOL-II-115 SIN 13317-100409CT** Replaced with Serial # 14092?110207CT** - CFG-X-COOL-II-115 SIN 13220-100303CT - CFG-X-COOL-II-115 SIN 13224-1 00301CT - CFG-X-COOL-II-115 SIN 12882-091003CR - CFG-X-COOL-II-115 SIN 13577-100418CT - CFG-X-COOL-II-115 SIN 3069-100103CR - CFG-X-COOL-II-115 SIN 13072-10012CR - CFG-X-COOL-II-115 SIN 13588-100415CT** Replaced with Serial # 14073?110104CT** - CFG-X-COOL-II-115 SIN 13572-100417CT ** Replaced with Serial # 14078?110205CT** - CFG-X-COOL-II-115 SIN 13073-100101CR - CFG-X-COOL-IJ-115 SIN 12458-090200CK - CFG-X-COOL-II-115 SIN 9816-OS0221CK ** Replaced with Serial # 14095?110206CT** - DSPEC-PLUS SIN 10082036 - DSPEC-PLUS SIN 9065061 - DSPEC-PLUS SIN 09062657 Ametec it is the only known vendor to provide the necessary requirements for the continued maintenance of this equipment. The estimated firm-fixed-price for the maintenance is $258,836, including all option periods. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. You must also furnish your business size information; NAICS 811219 (Size standard $19.0M). Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award to Advanced Measurement Technology. Responses are due by September 21, 2012, 12:00 p.m. (ET). Responses shall be submitted via e-mail to merrilhj@id.doe.gov. Telephone requests or inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-NE0000576/listing.html)
 
Record
SN02881999-W 20120915/120914001726-1c6cf3376393c552b5bb07c6453eca65 (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.