Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOURCES SOUGHT

99 -- Instrumentation Maintenance for Alpha, Beta, and Gamma Radiation Detection

Notice Date
5/5/2021 9:53:43 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA7022 AMIC DET 2 OL PATRICK PKA PATRICK AFB FL 32925 USA
 
ZIP Code
32925
 
Solicitation Number
FA7022-21-R-MAINT
 
Response Due
5/24/2021 12:00:00 PM
 
Archive Date
06/08/2021
 
Point of Contact
Tanya Turner-Fells, Phone: 3214943071, Erin Fisher, Phone: 3214945170
 
E-Mail Address
tanya.turner-fells@us.af.mil, erin.fisher.1@us.af.mil
(tanya.turner-fells@us.af.mil, erin.fisher.1@us.af.mil)
 
Description
� � � �**** This is not a solicitaion but rather a Sources Sought Notice ****�� NOTICE: This is not a solicitation but rather a Sources Sought Notice to determine any potential sources for information and planning purposes only. �AMIC Det 2 OL/PKA (Patrick SFB, Florida) is seeking information from potential sources for Canberra Radiation Equipment Maintenance. The purpose of this sources sought is �to perform market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification systems (NAICS) Code is 811219 (Other Electronic and Precision Equipment and Maintenance), which has a corresponding size standard of $22M. The Government will use information received in response to this notice to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service Disabled Veteran� Owned, Hubzone, and Women-Owned small business concerns. The Government requests that all interested parties respond to this notice if capable and to identify your small business status for the identified NAICS code. Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. Any response involving teaming agreements should delineate between work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). DISCLAIMER:� THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE 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.� THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH.� THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISTION APPROACH. This sources sought is one of the elements of Market Research and will be used for gathering information on potentially interested entities and for acquisition planning purposes. Services are currently being performed under contract FA702217C0002, Canberra Radiation Maintenance, which was awarded to Mirion Technologies (Canberra), Inc. on a sole source basis.� The anticipated end date for the current contract is 31 December 2021. Proprietary information and trade secrets, if any, must be clearly marked on all submitted materials. Information received that is clearly marked proprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Service Description. The Air Force Applications Center (AFTAC) and AMIC Det 2 OL/PKA (Patrick SFB, FL) are conducting Market Research for non-personal services. This Sources Sought is one of the elements of our Market Research, and it will be used to determine the acquisition approach. AFTAC's Ciambrone Laboratory/TLM branch uses Canberra brand radiation detection instruments to detect alpha, beta, and gamma radiation. These instruments utilize the Canberra brand hardware and software to provide the most accurate and precise results. The contractor shall provide qualified and trained personnel to provide the following maintenance for Canberra brand alpha, beta, and gamma radiation detection instrumentation. -Total of SIX (6) On-Site weeks per year - Unscheduled Site Critical Emergency Visits Non-Consumable Replacement/Repair Parts Included Priority Toll-Free Technical Support and Remote Assistance during Standard Business Hours Equipment List is for illustration purposes only All required repairs and replacement parts for equipment listed on the Equipment List Software updates, media, licenses, and documentation for systems listed on the Equipment List The Government is contemplating Firm Fixed Price contract. Additionally, the anticipated performance would be one (1) base year and four (4) option years. Currently there is no timeframe for the potential RFP releases. Information Requested (Please limit all submissions to 10 pages, including cover letter). Company Information: Company name, mailing address, telephone number(s), point of contact name(s), e-mail address, CAGE code, DUNS Number, and Business size. �For small businesses include socioeconomic status (e.g. 8(a), Hubzone, etc.). Contract Type: Identify any contract vehicle that would be available to the Government for the procurement of these products and services, to include General Service Administration (GSA), GSA MOBIS, NASA SEWP, Federal Supply Schedule (FSS), or any other Government Agency contract vehicle. Major Risks: �Identify any major performance, schedule, or cost risk anticipated at this time. Please submit your capabilities packages to the Contracting Officer Tanya Turner-Fells at tanya.turner-fells@us.af .mil. Responses must be submitted no later than 3:00 p.m. ET on 24 May 2021. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Questions may be directed to the Contracting Officer, at the above listed e-mail address NLT 20 May 2021. It is the submitter�s sole responsibility to verify the package was delivered or the e-file was received and can be viewed Air Force Federal Acquisition Regulation Supplement (AFFARS) Clause 5352.201-910 1 Ombudsman (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals the source select ion process, or the adjudication of protests or formal contract disputes.� The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, 114 Thompson St., Bldg. 586, Rm 129, Langley AFB, VA 23665-2769 Comm: 757-764-5372, Fax: 757-764-4400. Concerns, issues, disagreements, and recommendations that cannot be resolved at the center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington, DC 20330-1060, phonei number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb5071f683354a39b686727b38b34bdc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05993132-F 20210507/210505230120 (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.