Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2016 FBO #5263
SOURCES SOUGHT

66 -- PCR Maintenance and Repairs

Notice Date
4/19/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-16-T-0016
 
Archive Date
5/19/2017
 
Point of Contact
Patricia S Natividad, Phone: 4358313429
 
E-Mail Address
patricia.s.natividad.civ@mail.mil
(patricia.s.natividad.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Dugway Proving Ground Mission Installation Contracting Command, West Desert Test Center (WDTC), Dugway Proving Ground (DPG), Dugway, UT 84022 is seeking sources to provide the following: Before responding to this sources sought please look at Dugway Proving Ground on a map of UTAH. We are a remote location and about 2 hours from Salt Lake City. There is a hotel on base and is subject to availability. MISSION: To maintain operation of PCR thermal cyclers and robotic sample loaders commensurate with good laboratory practices (GLP), good manufacturing practices (GMP), good clinical practices (GCP), and ISO 17025 standards. SCOPE: This service contract shall cover following equipment: 1. (5) Viia 7 thermal cyclers, 2. (2) Twister II robot sample loaders, 3. (2) 7500Fast thermal cyclers, 4. (3) QuantStudio12K Flex thermal cyclers, 5. (2) Accufil robot sample loaders The equipment is located in the Life Sciences Test Facility (LSTF), Dugway Proving Ground, UT. The contractor is expected to provide a planned maintenance visit in conjunction with recertification within 30 days after receipt of purchase order. The contractor is also expected to provide emergency repairs to contracted equipment within one (1) business week starting from the point that a service call is placed. All services shall be conducted in conjunction with GLP, GMP, GCP, and ISO 17025 standards by a trained and certified engineer. Moreover, the contractor shall furnish instrument performance verification reports within two (2) business days following every onsite service call. For additional parts and labor required outside of the standard planned maintenance, the contractor will only charge the government at their prevailing rates. Performance Requirements: 1. The Contractor shall provide one-time recertification and preventative maintenance 30 days within contract award for Viia 7, 7500Fast, and QuantStudio12K Flex thermal cyclers as well as Twister and Accufil robotic sample loaders. Standard 100% certified within 30 Days in accordance to the predefined manufacturers operational specifications for each instrument, ISO 17025 Engineer, good laboratory practices (GLP), good manufacturing practices (GMP), good clinical practices (GCP), and ISO 17025 standards. Documentation of all preventative maintenance, and recertification shall be provide under this contract and verification that instruments are fully functional according to OEM specifications at 100% of the time with 2 business days. 2. Instrument Deficiencies will be identified, parts provided, repaired and certified to meet the manufacture’s operation specification with 10 business days at 100% compliance. 3. Emergency Repair shall be conducted by an OEM trained and certified ISO 17025 Engineer at 100%. The service technician shall be on site within 6 business days from receipt of a call. 4. The sole intention is find partners or OEM trained engineers that work on this type of equipment. The OEM is proprietary of the following equipment please state this in your response. See attachment for further information. Please 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 Governments 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). 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. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CH-DP (Patricia Natividad, 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. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. 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 MST (local prevailing time at U.S. Army Dugway Proving Ground, Utah), May 5, 2016 via email patricia.s.natividad.civ@mail.mil ).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8695de28f31d798578de2a6e5b21c5f6)
 
Place of Performance
Address: Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04087975-W 20160421/160419234048-8695de28f31d798578de2a6e5b21c5f6 (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.