Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2013 FBO #4100
SOURCES SOUGHT

J -- Preventive maintenance (PM), emergency services, repair, and calibration of physical vapor deposition systems

Notice Date
2/12/2013
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
AMD-13-SS24
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institute of Standards and Technology (NIST) seeks information on commercial Contractors that are capable of providing routine preventive maintenance (PM), emergency services, repair, and calibration for physical vapor deposition systems. These systems are located in a class 100 clean room at the NIST Center for Nanoscale Science and Technology (CNST) NanoFab in Gaithersburg, MD, 20899 and are used as a shared resource accessible to researchers from industry, academia, NIST, and other government agencies. This is a sources sought notice for market research purposes. After results of this market research are obtained and analyzed, and specifications developed, NIST may conduct a competitive procurement and subsequently award a Purchase Order for a five (5) year PM contract, consisting of an initial "base" year plus four option years to be exercised annually. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. The Contractor shall provide factory certified personnel and the necessary tools to perform routine preventive maintenance (PM), emergency services, repair, and calibration for physical vapor deposition systems. The following tools shall be covered by this service contract: a. Two (2) Denton "Discovery 550" sputtering systems. i. Serial No.: 43814 ii. Serial No.: 49064 b. Two Denton "Infinity 22" electron beam evaporators. i. Serial No.: 43813 ii. Serial No.: 43815 c. The covered equipment shall include all integrated system components which shall also include the vacuum systems, electrical systems, deposition controllers, pressure controllers, and software patches and updates. As part of the scheduled routine maintenance services, the Contractor shall perform a minimum of four (4) preventive maintenance procedures on each tool on a quarterly basis during each contract year. As part of unscheduled services (emergency services or repair), the Contractor shall provide phone service within 1 business day and a qualified service engineer on-site within 2 business days in response to a request for unscheduled service. NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 811219, as those domestic sources having 500 employees or less. Please include your company's size classification and socio-economic status in any response to this notice. Companies that possess the necessary trained personnel and tools required to offer a service agreement as identified herein, are requested to email a detailed report describing their abilities to joni.laster@nist.gov no later than the response date for this sources sought notice. The report should include a proposed maintenance plan and any other information relevant to your company's capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that will be providing the services for which the specifications are identified herein. 2. The number of factory trained representatives that the company has available to perform the necessary services. 3. A list of customers that the company is currently providing these types of services to. 4. Indication of whether the services for which specifications are identified are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMD-13-SS24/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02986495-W 20130214/130212235411-ec37ca8864cd5bf957d88cf4120c2e7e (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.