Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SPECIAL NOTICE

J -- Preventative Maintenance for FE-ESEM

Notice Date
5/22/2024 1:18:15 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Response Due
6/6/2024 9:00:00 AM
 
Archive Date
06/21/2024
 
Point of Contact
Chris Welsh, Phone: 5082062088, Brandon Rivett
 
E-Mail Address
richard.c.welsh2.civ@army.mil, brandon.j.rivett.civ@army.mil
(richard.c.welsh2.civ@army.mil, brandon.j.rivett.civ@army.mil)
 
Description
The U.S. Army Contracting Command � Aberdeen Proving Ground (ACC-APG), Natick Division, in support of the U.S. Army Combat Capabilities Development Command � Soldier Center (DEVCOM-SC), Soldier Protection Directorate (SPD) intends to award a Firm Fixed Price contract on a sole source basis to FEI Company, located at 5350 NE Dawson Creek Drive, Hillsboro, Orgeon, 97124 under the authority as prescribed in FAR 13.106(b)(1). The requirement is for the ThermoScientific model Quattro S Field Emission Environmental Scanning Electron Microscope (FE-ESEM) that requires a Preventative Maintenance (PM) visit�with the replacement of the Field Emission Gun (FEG) filament to maintain proper performance and imaging resolution.�The ThermoScientific service engineer will perform the required system preventative maintenance checks and adjustments with the replacement of the current FEG filament with the new FEG filament and take the old FEG filament back for re-build credit.�Once the FE-ESEM PM and FEG replacement are completed, the final steps would be to perform the software and imaging checks and adjustments to ensure the FE-ESEM is in manufacturer specifications.� Requirements: The Contractor shall perform the manufacturer�s preventative maintenance items and replace the old FEG filament with the new FEG filament. Once the PM and FEG filament replacement has been completed they will perform system operation tests to ensure it is operating within performance specifications. The North American Industry Classification System (NAICS) for this requirement is 811210 and the size standard is $34M. THIS IS NOT A REQUEST FOR PROPOSALS. No solicitation document is available. Interested parties may identify their interest and capability by sending responses regarding this requirement to the Army Contracting Command � Aberdeen Proving Ground (CCAP-DDN), Natick Division via email ONLY to Chris Welsh (Contract Specialist) at Richard.c.welsh2.civ@army.mil no later than 12:00 pm EST on 06 June 2024. Any questions regarding this notice must be in writing only; no telephonic replies will be accepted. A determination not to compete this proposed action based on any responses to this notice is solely within the discretion of the Contracting Officer. The U.S. Government will not pay for any information or administrative cost incurred in response to the Notice. All costs associated with responding to this notice will be solely at the expense of the interested party.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/016257b31e1e44f0ba85e8818a6d1b6c/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07072924-F 20240524/240522230043 (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 |
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.