SOURCES SOUGHT
J -- RFI - Service for Nicolet is50 FTIR
- Notice Date
- 4/16/2025 1:40:35 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- RFI-ServiceForNicoletis50FTIR
- Response Due
- 5/5/2025 2:00:00 PM
- Archive Date
- 05/20/2025
- Point of Contact
- Elizabeth Hirst, Mary Prebensen
- E-Mail Address
-
elizabeth.s.hirst.civ@army.mil, mary.k.prebensen.civ@army.mil
(elizabeth.s.hirst.civ@army.mil, mary.k.prebensen.civ@army.mil)
- Description
- SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) to identify potential sources to provide preventative and corrective maintenance and repairs for a Thermo Fisher Nicolet is50 Fourier Transform Infrared Spectrophotometer The Government requests that responses be submitted electronically to Mary Prebensen ( mary.k.prebensen.civ@army.mil) and Elizabeth Hirst (Elizabeth.s.hirst.civ@army.mil) by 5 May 2025 at 1700 EST. Description: DEVCOM-SC is conducting a Request for Information (RFI) on companies capable of providing preventative and corrective repair measures for government owned Thermo Fisher Nicolet is50 Fourier Transform Infrared Spectrophotometer. Preventative service should be on site. Corrective repair service should include cost of labor, travel and parts for service. Specific Specifications: Include 1 preventative maintenance visit for 365 day period Corrective maintenance visits as needed Access to virtual customer support for remote troubleshooting of issues Vendor must have knowledge and experience with handling legacy FTIR accessories from the Nicolet 6700 series instrument, including the Continuum Microscope Deliverables: All quote documentation submitted shall be submitted in Adobe PDF format. Respondents: The quote should included service period, cost, description of what is covered for parts, labor and travel under the service agreement. Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY 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 items/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 on the beta.SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to mary.k.prebensen.civ@army.miland Elizabeth.s.hirst.civ@army.mil no later than 5 May 2025. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code (North American Industry Classification System (NAICS) U.S. Census Bureau), applicable PSC Code (Product Service Codes (PSCs), Federal Supply Codes (FSCs), Federal Supply Groups (FSGs)(outreachsystems.com) ) and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to mary.k.prebensen.civ@army.miland Elizabeth.s.hirst.civ@army.mil no later than 1700 EST 2 May 2025. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/efb1958cb788498bb61dbfdfed9a890b/view)
- Place of Performance
- Address: MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07411695-F 20250418/250416230055 (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 |