SOURCES SOUGHT
J -- REALIGN/CALIBRATE 780mm LASERS
- Notice Date
- 11/27/2012
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- PR0010218520
- Response Due
- 12/4/2012
- Archive Date
- 1/26/2013
- Point of Contact
- Vickie Grant, 435 831-2108
- E-Mail Address
-
MICC - Dugway Proving Ground
(vickie.l.grant.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources that can perform annual maintenance services to Almega XR Raman Spectrometer (Serial Number: AGE 0700253). The contractor must be certified and capable to provide a comprehensive and preventive maintenance visit to include complete laser system calibration, alignment for system optimization. The contractor shall identify replacement of any defective parts and repair any malfunctions seen during the visit(s). The requiring activity for this procurement is Chemical Test Division, U.S. Army, Dugway Proving Ground, UT. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811219 and the size standard is $19.0 million dollars. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Government's chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Funding for this requirement is quote mark Subject to the Availability of Funding quote mark per FAR 52.232-18. The amount of funding is not known at this time. Interested parties should provide a statement of interest on company letterhead (not to exceed 10 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CHD-DG (Vickie Grant, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), December 4, 2012 via email to (vickie.l.grant.civ@mail.mil) and (paul.e.frailey.civ@mail.mil) as either party may be unavailable during this time, or facsimile (435-831-2085). Contracting Office Address: MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000 Place of Performance: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT 84022-5000 US Point of Contact(s): Vickie L. Grant, 435-831-2108 Paul E. Frailey, (435) 831-2587
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/70418bb957d19c09eca3ea68c13bd1e4)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN02937425-W 20121129/121127234207-70418bb957d19c09eca3ea68c13bd1e4 (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 |