SOURCES SOUGHT
66 -- Preventive Maintenance, Calibration & Software Support for a Gas Chromatograph / Mass Spectrometer (GC/MS)
- Notice Date
- 4/2/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QYPREVMAINTGCMS
- Point of Contact
- Kimberly B. Pumyea, Phone: 5082335167
- E-Mail Address
-
kimberly.b.pumyea.civ@mail.mil
(kimberly.b.pumyea.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: This Sources Sought Announcement is to assist the Natick Soldier Research Development and Engineering Center (NSRDEC) identify potential sources to provide preventive maintenance, calibration and software support for a Gas Chromatograph / Mass Spectrometer (GC/MS). Regular maintenance and calibration is needed to ensure optimal performance and minimize the impact of instrument down time on testing and research productivity. The Textile Materials Evaluation Team (TMET) provides accurate, verifiable and repeatable testing services to customers requesting textile testing services. The NAICS code for this requirement is 811219 for a small business standard $20,500,000. The estimated price range is less than $25,000. Requirements: The Contractor shall perform preventive maintenance, calibration, software support and repairs on a GC/MS system - an Agilent GC (G3440A)/5975C Serial number US13181024; MS system (G3171A) - Serial # US13192B12; and PAL Auto Sampler System - Model#G6509B - Serial # CH010274002. The contractor shall ensure all systems shall be in operational condition to deliver accurate, verifiable, and repeatable textile testing analysis. The contractor shall provide software and hardware direct telephone support with a factory trained engineer, use only factory recommended replacement parts, use only factory trained engineers to perform repairs and preventive maintenance, provide proprietary factory recommended software updated and service notes, service guarantee which is factory authorized escalation services to resolve difficult problems (including escalation to the factory for engineering expertise and, if necessary, replacement of an entire instrument at no cost), a fixed price service contract with unlimited repairs and provide on-site service within 48 - 72 hours (business days). Period of Performance: The estimated period of performance is one year - 1 July 2018 to 30 June 2019. Travel: Travel is anticipated under this contract to the NSRDEC in Natick, MA. Security: A security clearance is not required for this work. Personnel Qualifications: • General Experience. The contractor shall have expert knowledge of the Gas Chromatograph / Mass Spectrometer. • Specialized Experience: The contractor shall have demonstrated skills in calibration, preventative maintenance and software support of the Gas Chromatograph / Mass Spectrometer. The contractor shall be a factory-trained service engineer technician. Government Furnished Equipment/Information/Computer Utilization: N/A Other Direct Costs (ODCs): The Government anticipates no ODC's. Deliverables: • Deliver exceptional telephone support for both hardware and software when a call is placed to the contractor • Deliver guaranteed service for preventative maintenance and repair visits to the government textile laboratory within a 48 - 72 hour time frame (business days) with a trained maintenance technician • Deliver software updates and service notes • One (1) preventative maintenance and calibration certificate/report per machine Place of Performance: The primary place of performance for this work will be Natick Soldier Research Development and Engineering Center (NSRDEC), Textile Material Evaluation Team laboratory area. This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties are encouraged to submit a response to this Sources Sought Announcement with a white paper, not to exceed ten pages, with the following information: 1. A capability statement discussing: i. ability to provide qualified individuals to perform the services discussed; ii. current and past contracts with the US Government and Department of Defense agencies for similar requirements; and iii. any teaming/subcontracting arrangements and the division of labor among the Respondent and team members or subcontractors. 2. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. The Government requests that responses be submitted electronically to kimberly.b.pumyea.civ@mail.mil by April 18, 2018 at 5 PM Eastern Time. QUESTIONS: Any questions for clarification may be emailed to kimberly.b.pumyea.civ@mail.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement. Contracting Office Address: BLDG 1 1 General Greene Ave. Natick, Massachusetts 01760-5011 United States Primary Point of Contact: Kim Pumyea Contract Specialist kimberly.b.pumyea.civ@mail.mil Phone: 508-233-6157
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/16aae2115f715cc98f2862e63a0211c1)
- Record
- SN04874559-W 20180404/180402230757-16aae2115f715cc98f2862e63a0211c1 (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 |