Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
SOURCES SOUGHT

J -- Maintenance of Ion Chromatograph Equipment

Notice Date
5/21/2025 5:55:15 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017425SN0036
 
Response Due
6/5/2025 1:00:00 PM
 
Archive Date
06/20/2025
 
Point of Contact
Jessica Quell, Jose Ramirez
 
E-Mail Address
jessica.h.quell.civ@us.navy.mil, jose.h.ramirez4.civ@us.navy.mil
(jessica.h.quell.civ@us.navy.mil, jose.h.ramirez4.civ@us.navy.mil)
 
Description
Federal Acquisition Regulation (FAR) Part 10 requires the Government to conduct market research before developing new requirements documents for an acquisition. Results of market research will be used to determine whether qualified sources exist and if alternative support strategies will meet Government requirements. One of the ways the Government conducts market research is to issue a Request for Information (RFI). A RFI provides a broad statement of need, briefly describes the Government�s intention regarding program/acquisition approach, and identifies key events in the acquisition program schedule. This is a Request for Information (RFI). This notice neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. Description: This announcement serves to survey product availability. This RFI neither constitutes a Request for Proposal (RFP), nor does it restrict the Government from an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. This is not a formal solicitation. If a formal solicitation is generated later, a solicitation notice will be published. Background: The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) is seeking a five year maintenance service and support plan for various analytical instruments/equipment below located at NSWC IHD, Indian Head, Maryland: *****Please see attached document for List of Equipment****** Requested Information: All interested sources shall respond by providing a capability statement that includes the following information: The Contractor should confirm they can provide the following: Provide maintenance support consisting of preventative maintenance checks, remedial maintenance, and replacement parts/materials necessary to maintain the instruments/equipment listed above in the building/areas as defined in Table 1, List of Equipment. This service should also include unlimited repair visits, the labor and travel of the engineer/technician, unlimited technical support inquiries (via telephone or email), and software updates. Performance to industry standards with maximum use of currently installed, in accordance with the original equipment manufacturer (OEM) procedures while mitigating unscheduled downtime. All work completed on any of the instruments/equipment listed above should be completed by an engineer/technician who is authorized by the manufacturer of each instrument/equipment. All residues should be removed and the work site cleaned at the completion of the task. Standard industry practices for maintenance of each instrument/equipment should apply. The Contractor should confirm they can provide the following: Perform performance checks and preventative maintenance (PM) in accordance with the OEM procedures to assure continued uptime and reliability. The hardware of each instrument/equipment should be thoroughly cleaned (including interior), inspected, and calibrated including the replacement of worn items when required. Complete visual and operational checks of all components, lubrications, engineering change notices; check, adjust, repair, replace electrical components/controls; and test equipment for proper operations in accordance with the OEMs procedures. All parts used in the repair of equipment must be OEM equipment or equivalent. The Contractor is not required to replace parts for aesthetic purposes. The Contractor can provide all parts in support of all defective parts and materials to be replaced as needed ensuring instruments are fully functional. The initial check should be scheduled after contract award and should be conducted annually thereafter. The Contractor can make diagnostic visits within 10 business days of being notified that the instrument/equipment is not operating to expected capability. The Government is requesting rough order of magnitude (ROM) pricing information for market research purposes only for the equipment listed in Table 1. Response Format: Interested parties who believe they are capable of performing the requested system engineering tasks are invited to indicate their interest by providing: (a) Company name, company address, overnight delivery address (if different form mailing address), cage code, point of contact, email address, telephone number, fax number, and (b) Business size and unique qualifiers (e.g. large, foreign, small, disadvantage, veteran owned, woman owned, etc.). Interested parties are requested to respond to this RFI in Microsoft Word for Office 2007 compatible format. RFI responses are limited to 15 pages, including cover and administrative pages. Response Deadline and Submissions: Responses are requested no later than TBD at TBD ET. Responses should be submitted via email to TBD Questions may be submitted until 4:00 PM on 05 June 2025. All questions will be consolidated and published in an amendment to this RFI. Submit questions via email to any contacts listed below: Jessica Quell at jessica.h.quell.civ@us.navy.mil Devon Gormley at devon.m.gormley.civ@us.navy.mil Jose Ramirez at jose.h.ramirez4.civ@us.navy.mil Eric Dorsey at eric.r.dorsey2.civ@us.navy.mil This information is requested for market research only. It is NOT a Request for Proposal, and does not commit the Government to any contractual agreement. The Government will not award a contract based on response to this RFI. The Government does not agree to reimburse or pay any costs for preparing or submitting information in response to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb8b07433a704e459150af190eeeb018/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN07451856-F 20250523/250521230050 (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.