Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2024 SAM #8293
SPECIAL NOTICE

J -- Sole Source Bruker Nuclear Magnetic Resonance BBO Probe maintenance and repair services

Notice Date
8/9/2024 8:15:30 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ24T4969
 
Response Due
8/14/2024 10:00:00 AM
 
Archive Date
08/29/2024
 
Point of Contact
Shinita Jordan, SONIA BOYD
 
E-Mail Address
Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL
(Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL)
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) Environmental Laboratory (EL) intends to issue an award on a sole source basis (IAW FAR 13.106-1(b)(1)) to Bruker Biospin Corp., 15 Fortune Drive Billerica, Massachusetts 01821-3923 for the preventative maintenance and repair service of Bruker Avance III Nuclear Magnetic Resonance spectrometer console solids probe. The contractor must have the capabilities to provide all personnel, equipment, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance services except for helium. Services shall include, but are not limited to, preventative maintenance; service and repair for any system malfunction except for the solids probe; repair/replacement of existing components and parts to sustain daily operations, and helium fills. All repair and replacement parts shall be original equipment manufacturer (OEM) repair/replacement parts. Any exceptions to the use of OEM replacement parts must be authorized on a case-by-case basis or designated representative. The Contractor must comply with all applicable laws and regulations, including but not limited to Federal Law, Mississippi State Law (s), Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. The intended procurement will be classified under North American Industry Classification System (NAICS) 811210 � Electronic and Precision Equipment Repair and Maintenance.� This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� However, parties interested in responding to this notice shall submit technical data sufficient to determine capability in providing the same or similar supply.� All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Shinita.M.Jordan@usace.army.mil and Sonia.j.boyd@usace.army.mil.� Statements are due by 3:00pm Central Time, Wednesday, 14 August 2024.� No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6268d0236d5046918ec9f66919800c2a/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN07163844-F 20240811/240809230114 (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.