Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SPECIAL NOTICE

J -- NOTICE OF INTENT TO SOLE SOURCE – Preventive Maintenance and Repair to X-Ray Inspection System

Notice Date
6/13/2017
 
Notice Type
Special Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
 
ZIP Code
20228
 
Solicitation Number
2031ZA-17Q-00035
 
Archive Date
7/8/2017
 
Point of Contact
Julius Q. Herbert, Phone: 202-874-3074, Richard L Taylor, Phone: 2028743255
 
E-Mail Address
julius.herbert@bep.gov, richard.taylor@bep.gov
(julius.herbert@bep.gov, richard.taylor@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the Bureau of Engraving and Printing intends to award, on a sole source basis, a contract to American Science & Engineering Inc. 829 Middlesex Rd Billerica, Ma 01821. The Bureau of Engraving and Printing (BEP) has a requirement for preventive maintenance and repairs of fourteen (14) Gemini X-Ray Inspection Systems in order for the systems to remain in excellent operating condition and be serviced in a timely manner in the event of a mechanical or system failure. The period of performance for contract award will be one (1) twelve month base plus four (4) twelve month option periods. The performance of the work required for the Preventive Maintenance and repair of the Gemini X-Ray Inspection System shall include but not be limited to the following support activities: Online Support, Telephone Support, Onsite Support, Preventive Maintenance, Equipment Repair Parts, and Maintenance Supplies. By providing these maintenance and support functions, the BEP should be assured that the X-ray Inspection Systems are maintained to the factory settings and will perform and function to the level of quality required to inspect all packages prior to entering its buildings. Furthermore, the Contractor will work with Security staff formally or informally so as to increase the staff's knowledge base of the system's operations, maintenance, and troubleshooting techniques. No substitution of these services can be accepted. This is a commercial item that will be acquired under FAR Part 12 and FAR Subpart 8.405 procedures. THIS NOTICE IS NOT A REQUEST FOR COMPETTIVE QUOTES; a determination by the Government not to compete this proposed contract requirement based upon responses to this notice is solely within the discretion of the Government. Interested parties who believe they possess the capability to satisfy this requirement should submit documentation that clearly demonstrates their capability. Responses to this notice shall be received by 23 June 2017 at 9:00am EST. All responses must be in writing only via email to the point of contacts specified in this notice, telephone requests or inquiries will not be accepted. Any cost associated with the preparation and submission of data or information or any other costs incurred in responding to this notice is the sole responsibility of the respondent and will not be reimbursed by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cdf010dd0dfa704736bf6ef6357e3049)
 
Place of Performance
Address: 14th & C Streets, S.W., Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN04542269-W 20170615/170613234459-cdf010dd0dfa704736bf6ef6357e3049 (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.