Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

J -- Jeol Maintenance

Notice Date
1/14/2021 12:42:02 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
 
ZIP Code
30905-5719
 
Solicitation Number
0011569573
 
Response Due
1/20/2021 12:00:00 PM
 
Archive Date
02/04/2021
 
Point of Contact
Archina Twitty
 
E-Mail Address
archina.t.twitty.civ@mail.mil
(archina.t.twitty.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Jeol Maintenance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Government wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is/are:� 811219 � Other Electronic and Precision Equipment Repair and Maintenance with a Small Business Size Standard of $20.5M. BACKGROUND: The contractor shall provide: All personnel, equipment, supplies, facilities, transportation, tools, material, supervision, and other items and non-personal services necessary to perform the needed service and repair of the instrumentation covered. The JEOL Service Level Agreement provides technical support and maintenance for JEOL instrumentation.� The service includes annual preventative maintenance service and onsite technical support for instrument failures or needed repairs.� The service covers the cost of materials/parts needed and the service engineer who performs the tasks. 1) To ensure proper functioning of installed instruments 2) To maintain the instrumentations in-line with the ISO 17025 ANSI-ASQ 3) Repair or replace under warranty any broken or damaged equipment quickly and accurately to limit disruption to laboratory workflow. Covered Equipment: JSM-T100LP. Service Plan included services: JSM-IT100LP ACCUTOF LC-PLUS 823022218 REV U, SN: MS106600060, Model: 351920; ION SOURCE, DART SVP FOR ACCUTOF ACT-DART-SVP, Model: JU2011313 JSM-TT500LV. Service Plan included services: JSM-IT500LV SCANNING ELECTRON MICROSCOPE 803092938 SN: MP1373000620062, MODEL 83236; MP-94350LSED LOW VAC SED SN: MP3238000670067 MODEL 813007500; MP-94340BEIW BACKSCATTERED DETECTOR SN: MP5476002870287, MODEL 813007615; MP-94330SNS STAGE NAVIGATION SYSTEM SN: MP3558002790279, MODEL 813007496; IRCS IT300 PCIE PIP CC-A0120-006-PCIE 905-00067, MODEL JU2014641.� JSM-IT300LV.� Service Plan included services: SM-IT300LV SCANNING ELECTRON MICROSCOPE, SN: MP137200025, Model: 377791; MP-91110SNS STAGE NAVIGATION SYSTEM, Model: 803083092; MP-94240BEIW BACKSCATTER ELECTRON UNIT, Model: 803083114; MP-94250LSED LOW VAC SECONDARY ELECTRON UNIT, Model: 803083122; IRCS IT300 PCIE PIP CC-A0120-006-PCIE 905-00067, Model: JU2014641. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code.� If the company has a GSA Schedule provide the schedule number. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.� 4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 5.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Archina Twitty, at archina.t.twitty.civ@mail.mil, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22b3771906c143789a4ba9b9ad160b9a/view)
 
Place of Performance
Address: Forest Park, GA 30297, USA
Zip Code: 30297
Country: USA
 
Record
SN05892848-F 20210116/210114230111 (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.