SOURCES SOUGHT
J -- Maintanenance and Repair Services
- Notice Date
- 11/18/2020 9:02:59 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- TNM006388
- Response Due
- 11/18/2020 9:30:00 AM
- Archive Date
- 12/03/2020
- Point of Contact
- Tammy McRae
- E-Mail Address
-
tammy.n.mcrae.civ@mail.mil
(tammy.n.mcrae.civ@mail.mil)
- Description
- Sources Sought Technical Description for: Maintenance and remedial repair services of specialized laboratory microscopes. INTRODUCTION The U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 1504 Porter Street, Fort Detrick, MD on behalf of the U.S. Army Medical Research Institute of Chemical Defense (USAMRICD) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest to provide Maintenance and remedial repair services of following two manufactured microscopes: Transmission Electron microscope JEM-1400 and scanning electron microscope JSM-7800FLV used for medical research. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set- aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The USAMRICD is a world leader in the discovery and development of medical products and knowledge solutions against chemical threats through research, education and training, and consultation. It is through successful partnerships with outside agencies that we are able to maintain our high level of excellence. REQUIRED CAPABILITIES The Contractor shall provide maintenance and repairs to, but not limited to, software upgrades and replacement of malfunctioning hardware and software. The Contractor shall perform all services in accordance with the original equipment manufacturer (OEM�s) specifications and at the OEM�s recommended intervals. The Contractor shall provide qualification of the electron microscopes following the preventive maintenance to ensure the equipment meets or exceeds the OEM�s specifications. This equipment is considered critical and mission critical therefore, all software upgrades and repairs shall be done within 72 hours. At a minimum, repair technicians must be manufacturer trained and authorized to service the JEOL electron microscopes and make repairs.� They must be experts in JEOL electron optics, water cooled electron optics and supporting equipment, high vacuum systems, JEOL software and schematics and JEOL accessories (verification required). Must be capable of offsite repairs. Whenever the equipment cannot be serviced at the Government site as determined by the Contractor, the Contractor shall service the equipment at an alternate repair location. All charges resulting from a Contractor determined requirement to transport Government-owned property covered by this contract to an alternate repair location shall be the responsibility of the Contractor. Must comply with coverage plans. All components determined by the Contractor to be defective will be replaced without charge to the Government, with the following exceptions: filaments, movable and fixed apertures, scintillators, x-ray crystal, fluorescent screen, detectors, lead glass, camera film boxes, burnt CRT, Wehnelt assemblies, consumables, specimen exchange tools, and specimen holders (unless specified). Emitter exchange shall also be covered. Chiller coverage shall not include facility supplied �to� or �from� returns. ELIGIBILITY The applicable NAICS code for this requirement is (811219 - Other Electronic and Precision Equipment Repair and Maintenance). The Service Code (PSC) is J066- Maint/Repair/Rebuild of Equipment-Instruments and Laboratory Equipment. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Tammy McRae, in either Microsoft Word or Portable Document Format (PDF), via email tammy.n.mcrae.civ@mail.mil no later than 12:00 p.m. Eastern Standard Time on�19 November 2020 and reference this notice ID number in the subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required services, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization, DUNS number; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/166fb7672f7d40c68e8f7ecaa7a1e0b7/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Country: USA
- Record
- SN05856329-F 20201120/201118230146 (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 |