Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOURCES SOUGHT

J -- Relocation and Repair Dionex Ion Chromatographs, USMA, West Point, NY

Notice Date
9/12/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD11T0341
 
Response Due
9/14/2011
 
Archive Date
11/13/2011
 
Point of Contact
Mark Draluck, 8459388173
 
E-Mail Address
MICC - West Point
(mark.draluck@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from all businesses capable of performing the required services. THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close 14 September 2011 at 1400 PM EST. The Mission and Installation Contracting Command at the United States Military Academy, West Point, NY, has an anticipated requirement to disassemble, move and reassemble two Dionex Ion Chromatographs (Dionex DX-120 and Dionex ICS-1500) from their current location to a newly renovated laboratory. The equipment is currently sited on the second floor of the East Wing of Bartlett Hall. It will be relocated to the same floor of the North Wing of the same building. It is anticipated that no elevator will be required to transport this equipment. Below is the anticipated scope of work: a.Contractor will disassemble both instruments as far as required for relocation. b.Contractor will mark, tag, pack and otherwise prepare components, as necessary, for transport. Contractor will supply all packing materials, boxes, crates, shipping blocks, etc.; it is anticipated that only minimal, if any, packing materials are required. c.Contractor will relocate instruments to new laboratory. d.Contractor will reassemble instrument in new laboratory and dispose of all packing materials. Contractor will supply all materials (e.g. fittings and tubing) required to reassemble instrument. e.USMA already owns a second license that allows a second ion chromatograph to be operated from a single computer. Contractor will install this license on the computer connected to the ICS-1500 for purpose of operating the DX-120 and ICS-1500 from the single computer f.The DX-120 instrument is currently not functional. Contractor will evaluate the condition of the instrument, determine what it will take to return the instrument to the original level of performance, and formulate a quote to make repairs. g.Based on the quote received, the Government may require the contractor to make the necessary repairs to the DX-120 to return this instrument to its original level of performance. Repairs are subject to the availability of funds, a determination of a fair and reasonable price for repairs, and an evaluation of repair versus replace cost. No used parts will be used if any repairs are required. All parts will be either new or factory-refurbished. The ICS-1500 is in good working order. No repairs are anticipated. h.Contractor will conduct appropriate tests to demonstrate that the performance of the two instruments has not degraded during relocation. Where required, Contractor will take steps to return instrumentation back to original level of performance (prior to relocation) at no additional cost to the Government. The anticipated period of performance for this requirement will 11 October 2011 through 30 November 2011. Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 811219 with a Small Business Size Standard of $ 19 M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current experience (private and/or government) performing efforts of similar size and scope (preferably a demonstration of working with Dionex ion chromatography instruments) within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. 4. State the lead time (days) necessary for your firm to begin performance after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/091779c7f54706149d31089430df2a40)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN02573013-W 20110914/110913000535-091779c7f54706149d31089430df2a40 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.