Steris VHP, AND ARD Equipment Laboratory Equipment Preventative Maintenance, Calibration, and NIST Certification

expired opportunity(Expired)
From: Federal Government(Federal)
W911S6-21-Q-0022

Basic Details

started - 12 Jul, 2021 (about 2 years ago)

Start Date

12 Jul, 2021 (about 2 years ago)
due - 23 Jul, 2021 (about 2 years ago)

Due Date

23 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W911S6-21-Q-0022

Identifier

W911S6-21-Q-0022
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE ARMY (133113)AMC (72615)ACC (74990)MISSION & INSTALLATION CONTRACTING COMMAND (25835)418TH CSB (3745)W6QM MICC-DUGWAY PROV GRD (219)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICESSteris VHP, AND ARD Equipment Laboratory Equipment Preventative Maintenance, Calibration, and NIST CertificationINTRODUCTIONThe Department of the Army, Mission and Installation Contracting Command (MICC) Dugway Proving Ground(DPG), UT is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide Preventative Maintenance and Certification for:Steris (2 ea.) ARD-120Steris Victory Vaporized Hydrogen Peroxide’s (VHP) (2 ea)The intention is to procure these services on a sole source basis.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION.Multiple awards MAY be made. All Small Business Set-Aside categories will be considered.Telephone inquiries will not be accepted or acknowledged, and no
feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCELocation 100 % On-Site Government 0% Off-Site, Contractor Dugway Proving Ground, UTDISCLAIMER“This sources sought is for informational purposes only. This is not a “request for proposal (RFP)” to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ) or invitation for bid (IFB) or RFP, if any issued. If a solicitation is released, it will be synopsized on the government-wide point of entry (GPE). It is the responsibility of potential Offerors to monitor the GPE for additional information pertaining to this requirement.”PROGRAM BACKGROUNDThe U.S. Army, Dugway Proving Ground, is designated as the Mission of maintaining the Bio Testing Division laboratories. In accordance with these assignments, provides the following: VHP equipment is necessary to decontaminate Biosafety Level 2 and 3 (BSL2 and BSL3) laboratories, chambers, sensitive electronics and other laboratory equipment. The equipment used in testing often needs to be de-contaminated during and after T&E. The methods used to de-contaminate are with steam and pressure, for example an autoclave or by chemical means like VHP. An autoclave will destroy electronics and cannot be used to de-contaminate a room while a VHP de-contamination will not destroy electronics and can be used to de-contaminate a room or other large equipment. The VHP units have a requirement to be certified annually. The VHP units need bi-annual cleaning and calibrations to ensure the equipment functions properly.REQUIRED CAPABILITIESThe Contractor shall provide the Scheduled Preventive Maintenance as per the current Original Equipment Manufacturer(OEM) Preventative Maintenance Checklist (PMCL) and Customer Support a) STD: Provide OEM preventative maintenance as per the current PMCL for the VHP units, and ARD units services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.SPECIAL REQUIREMENTS: DPG is a remote site located approximately 90 miles southwest of Salt Lake City, Utah and 40 highway miles over a mountain pass from the nearest town with services (Tooele, Utah).  The Installation covers in excess of 800,000 acres, which sometimes requires the Contractor to function outdoors in isolated, high desert environments.  Contractors may be required to travel up to 150 miles one-way from Salt Lake City, UT to reach some work sites.Personnel and Facility Security Clearances: It is not anticipated that a Secret Facility Clearance will be required.Service Contract Act will be included in contract.Government Furnished Property plan:  There is no Government Furnished Equipment (GFE) equipment anticipated for this contract other than protective masksELIGIBILITYThe applicable NAICS code for this requirement is 811219 with a Small Business Size Standard of $21 Million. The Product Service Code is J066. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT)ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)A draft Performance Work Statement (Attachment 1)Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10 am, Mountain Standard Time (MST), 23 JULY 2021. All responses under this Sources Sought Notice must be e-mailed to patricia.s.natividad.civ@mail.milThis documentation must address at a minimum the following items:1.) What type of work has your company performed in the past in support of the same or similar requirement?2.) Can or has your company managed a task of this nature? If so, please provide details.3.) Can or has your company managed a team of subcontractors before? If so, provide details.4.) What specific technical skills does your company possess which ensure capability to perform the tasks?5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.The estimated period of performance consists of base period (12 months, and 4 option periods (12 months each) with performance commencing in August 2021. Specifics regarding the number of option periods will be provided in the solicitation.The contract type is anticipated to be firm-fixed price.The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Patricia Natividad, in either Microsoft Word or Portable Document Format (PDF), via email: Patricia.S.Natividad.civ@mail.milAll data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted.All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.************************************************************************************************************************************************

Dugway ,
 UT  84022  USALocation

Place Of Performance : N/A

Country : United StatesState : UtahCity : Terra

You may also like

PREVENTATIVE MAINTENANCE SERVICE AGREEMENT - SPECTRA OPTIA APHERESIS SYSTEM

Due: 31 Oct, 2024 (in 6 months)Agency: NATIONAL INSTITUTES OF HEALTH

MAINTENANCE AGREEMENT SERVICES FOR GOVERNMENT OWNED PERKINELMER LABORATORY EQUIPMENT

Due: 08 Feb, 2027 (in about 2 years)Agency: ENVIRONMENTAL PROTECTION AGENCY

PREVENTATIVE MAINTENANCE FOR LABORATORY EQUIPMENT

Due: 12 Dec, 2026 (in about 2 years)Agency: ANIMAL AND PLANT HEALTH INSPECTION SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811219
pscCode J066Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment