SOLICITATION NOTICE
J -- ASD FIELDSPEC SPECTROMETERS - ONE YEAR WARRA
- Notice Date
- 6/5/2020 6:31:00 AM
- Notice Type
- Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- DOIGFBO200044
- Response Due
- 6/10/2020 12:00:00 AM
- Archive Date
- 06/25/2020
- Point of Contact
- Suryaty, Irma
- E-Mail Address
-
isuryaty@usgs.gov
(isuryaty@usgs.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 811219 with a Small Business Size Standard $20.5M for an upcoming requirement for the purchase of extended ASD spectrometer warranty for yearly maintenance of the four ASD spectrometers (18011, 16208, 18388, and 18683) as required to assure continued performance and to meet QMS standards. Routine maintenance involves adjusting internal optics, testing electronics, and replacement of worn parts. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Technical Requirements: 1. Annual maintenance of the spectrometers will test to see if adequate signal exists for the entire spectral range of the instruments, but also will evaluate the noise equivalent radiance characteristics of the detectors to make sure they meet minimum standards for robust high accuracy measurements. Commonly this involves removing the individual spectrometers from the case and running tests on each. The optic fiber bundle is also examined for breaks that reduce overall throughput to the spectrometers. These are replaced as needed (for an additional charge). Once tested and repaired if necessary, the spectrometers are reassembled and tested with a Mercury vapor lamp and other wavelength calibration devices to reset the data channel wavelengths and their bandpasses. Because work on the spectrometers will happen at the Malvern Panalytical Inc. Westborough, MA facility, contractor will have the responsibility to provide all necessary components of security for the spectrometers. 2. Malvern Panalytical Inc. will provide a report summarizing the performance of each spectrometer by designating its wavelength accuracy and noise equivalent radiance. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 811219 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $20.5 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT June 10, 2020 at 3:30pm MST via e-mail to: isuryaty@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the FedConnect and SAMBeta electronically.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0e5872f95074719b2f18724e3b3f42d/view)
- Place of Performance
- Address: USGS CMERSC, DENVER FEDERAL CENTER, BLDG. 810, ENTRY E-11, MS 973, DENVER, CO 80225-0046
- Zip Code: 80225-0046
- Zip Code: 80225-0046
- Record
- SN05681790-F 20200607/200605230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |