Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

66 -- decommissioning and relocation of the Government owned Bruker 600 MHz

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0037
 
Archive Date
2/16/2016
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 1/25/16 (3) Classification Code : 6640 (4) NAICS Code: 334516 (5) NAICS Size Standard: 500 (6) Contracting Office Address: Building 1622 White Sands Missile Range (WSMR), NM 88002 (7) Subject: Sources Sought for the decommissioning and relocation of the Government owned Bruker 600 MHz Avance Nuclear Magnetic Resonance (NMR) Spectrometer manufactured by Bruker Bio Spin Corporation. (8) Proposed Solicitation Number: W911QX-16-T-0037 (9) Sources Sought Closing Response Date: 2/1/2016 (10) Contact Point: Nicole Hernandez Contract Specialist, nicole.g.hernandez2.civ@mail.mil 575-678-4979 (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Performance Work Statement (PWS) C.1 Background The Macromolecular Science and Tech Branch (MSTB) within the Weapons and Materials Research Directorate (WMRD) of the US Army Research Laboratory (ARL) in Aberdeen Proving Ground (APG) requires the decommissioning and relocation of the Government owned Bruker 600 MHz Avance Nuclear Magnetic Resonance Spectrometer (herein known as NMR), and associated equipment and operational systems from buildings located at APG, MD. The Contractor shall furnish all labor, tools, supplies to perform the decommissioning and relocation of the equipment, ensuring that the equipment is undamaged and suitable for later reinstallation via a separate contract. C.2 Objective The Contractor shall provide all trained labor, documentation, schematics, supplies, tools, and equipment to decommission and relocate the NMR equipment in accordance with the Original Equipment Manufacturer (OEM) specifications. The objective of this effort is to safely shut down operations of the Government owned Bruker 600 MHz NMR and relocate the hardware to the Edgewood area of APG, MD. C.3 Decommission and Relocation Requirements C.3.1 The contractor shall perform the successful and safe shut-down and transport of the Bruker Avance 600 MHz NMR. The Contractor shall provide all necessary trained personnel, equipment, rigging and NMR decommission services for the following: • The Contractor shall establish performance benchmarks prior to instrument shut-down, such as magnet performance characterization and line shape characterization. • The Contractor shall de-energize the superconducting magnet BH091801, safely vent the cryogenic coolants (liquid Nitrogen (N2) and Helium (He)), and safely warm the magnet for transport. • The Contractor shall disassemble and package the NMR magnet, support legs, electronics cabinet, and associated probes (three (3) including the Broadband observable (BBO), Triple Resonance Probe (TXI), and Magic-Angle Spinning (MAS)) probe workstations, and accessories for transport. • The Contractor shall transport the packed NMR magnet, support legs, electronics cabinet, and associated probes (for example three (3) probes, including BBO, TXI, and MAS), workstations and accessories to the Edgewood area of APG, MD. C.4 Anti-Terrorism Operational Security (ATOPSEC) Requirements C.4.1 Access to a DoD facility or installation (non-eligible CAC holders) For Contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.5 Distribution Statements C.5.1 Distribution Statement A: Approved for Public Release. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 500 standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought synopsis are due no later than 10:00am Eastern Standard Time (EST) 2/1/2016 Submissions should be emailed to Nicole Hernandez and Nicole.g.hernandez2.civ@mail.mil. Faxed submissions can be sent to 575-678-4040. Mailed submissions can be sent to the address in block 6, ATTN: Nicole Hernandez Questions concerning this sources sought synopsis may be directed to Nicole Hernandez at nicole.g.hernandez2.civ@mail.mil or 575-678-4979. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Adelphi, MD. (14) Estimated Delivery Timeframe or Period of Performance: Thirty (30) days after contract award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66efc9cce16ecb49ba3320f794856223)
 
Place of Performance
Address: 2800 Powder Mill Rd, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04001497-W 20160128/160126234642-66efc9cce16ecb49ba3320f794856223 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.