Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOURCES SOUGHT

J -- Scanning Electron Microscopy Maintenance - Sources Sought Notice

Notice Date
6/29/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-X-06NQ
 
Archive Date
7/28/2016
 
Point of Contact
Paul E. Batrony, Phone: 9737247581
 
E-Mail Address
paul.e.batrony.civ@mail.mil
(paul.e.batrony.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Scanning Electron Microscopy Maintenance Scanning Electron Microscopy Synopsis: The US Army Contracting Command - New Jersey (ACC-NJ) on behalf of the US Army Armament Research Development and Engineering Center (ARDEC), Munitions Engineering Technology Center (METC) at Picatinny Arsenal, NJ 07806-5000, is seeking sources for routine maintenance, operator training, repair and parts for the Scanning Electron Microscopy (SEM) equipment in the Branch's metallurgical laboratory. Interested sources must have the capabilities to provide routine maintenance, operator training, repair and parts for the following SEM equipment in the Branch's metallurgical laboratory: 1. JEOL JSM-6510 LV, serial # MP13300050 2. IXRF Systems Inc digital processor, model 500, serial 1320 3. Ancillary equipment including, but not be limited to: sputterer, chiller, and roughing pumps Interested sources may also be required to perform the following tasks: The contractor shall perform preventative maintenance consisting of an inspection of all machine functions. The preventative maintenance shall include, but not be limited to: 1. Electron-optical column service 2. Clean and inspect beam-path components, 3. Replace/clean all apertures as required, 4. Replace filaments from client stock, 5. Check optics alignment, 6. Check specimen stage axes: Electronics service: 1. Magnification calibration, 2. Power supply output check/calibration, 3. KV compensation calibration, 4. Feature/function test, check operation of control mechanisms. Vacuum components service: 1. Check valve operation, 2. Safety interlocks, 3. Vacuum gauge calibrations. Each covered instrument shall be maintained at six-month intervals (twice per year). In the event of equipment failure, the contractor shall repair the defective components. The contractor shall respond to the repair request in 3 working days unless a greater delay is justified. If during the performance of inspections and/or repairs any defective part(s) are revealed, which would cause an impairment or failure of proper operation of the equipment, the defective part(s) shall be repaired at the job site. If the replacement part is not on-hand, the contractor shall return with the proper part to restore the equipment back into operation in a within 3 working days unless a greater delay is justified. In the event of equipment failure, the contractor shall repair the defective components. The contractor shall respond to the repair request in 3 working days unless a greater delay is justified. If during the performance of inspections and/or repairs any defective part(s) are revealed, which would cause an impairment or failure of proper operation of the equipment, the defective part(s) shall be repaired at the job site. If the replacement part is not on-hand, the contractor shall return with the proper part to restore the equipment back into operation within 3 working days unless a greater delay is justified. The contractor shall provide spare parts for operator maintenance. The contractor shall provide telephone support for repair or maintenance of the equipment during working hours M-F, (8:00am - 5:00pm), excluding federal holidays. Telephone support shall include response to questions about practices, application use and service issues that could be diagnosed and resolved with technical assistance over the telephone. All drawings/designs provided by the Government under a resultant BPA shall not be divulged to any third party. The contractor would be required to sign and abide by a Non-Disclosure Agreement incorporated into the BPA. The highest level of distribution of USG technical data would be Distribution D. Individual orders under a resulting BPA that include technical data subject to Distribution D statement would require contractor submittal of an approved US/Canada Joint Certification Office DD Form 2345. This notice is open to all business concerns; however, in accordance with FAR 19.501, the Government's intent is to establish Blanket Purchase Agreements (BPAs) with small businesses. In the event there are not enough responses from responsible, capable small businesses, then large business responses will be considered. All interested and potential firms must be registered in the System for Award Management (SAM), and current firms must update their records annually to maintain an active status. Please visit the SAM website to register and update https://www.sam.gov/portal/public/SAM/. However, registration in no way guarantees that a contract or assistance award will be issued. Firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous projects, specific work previously performed or being performed, any in-house research and development effort, and any other specific and pertinent information as pertains to this particular area of procurement. All information is to be submitted via email (10MB limit) at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity; large or small and provide your DUNS and CAGE Code. Please provide the name of your firm, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email. Interested firms/companies are encouraged to submit their capabilities/qualification data NO LATER THAN July 13, 2016. Submittals and questions should be directed to the following point of contact: US Army Contracting Command - New Jersey, Attn. Paul Batrony, ACC-NJ-JA, Bldg. 9, Picatinny Arsenal, NJ 07806-5000, e-mail paul.e.batrony.civ@mail.mil. This notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. The Government may enter into one (1) or multiple BPAs as a result of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02ff8cd8f359b1d0fa2a79d245c89128)
 
Record
SN04166476-W 20160701/160629235317-02ff8cd8f359b1d0fa2a79d245c89128 (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.