Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SPECIAL NOTICE

J -- Equipment Maintenance, and Repair Services for Quantulus Liquid Scintillation Counters & Nucleic Acid Processor

Notice Date
4/4/2025 12:07:09 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425Q0037
 
Response Due
4/21/2025 9:00:00 AM
 
Archive Date
04/21/2025
 
Point of Contact
Monica Perez
 
E-Mail Address
monica.c.perez3.civ@health.mil
(monica.c.perez3.civ@health.mil)
 
Description
THIS NOTICE OF INTENT (NOI) IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS Introduction: This notice announced the intent by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the Defense Health Agency (DHA), Health Care Administration (HCA), Defense Centers for Public Health � Aberdeen (DCPH-A)) to procure services on a sole source basis in accordance with FAR 13.501(a), with Revvity, Incorporated. Annual preventive maintenance to include repair services, parts replacement and one emergency visit per year for a three (3) PerkinElmer Quantulus GCT 110V � liquid scintillation counters, model A622000; one (1) Nucleic Acid Processor, purification, model Chemagic 360 , one (1) Nucleic Acid Processor, purification, model Chemagic 360 96 rod head, one (1) Nucleic Acid Processor, purification, model Chemagic 360 24 rod head and one (1) Nucleic Acid Processor, purification, model Chemagic 360 12 rod head. This maintenance will provide repair services, parts replacement and one emergency visit per year. The term will be one (1) twelve-month base year and four (4) twelve-month option periods. CAPABILITY: If your organization has the potential capacity to perform the required 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) a tailored capability statement 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. ELIGIBILITY: This requirement falls under: The North American Industry Classification System (NAICS) for this acquisition is 811210, Electronic and Precision Equipment Repair and Maintenance. The Product Service Code is J066, Maintenance/Repair/Rebuild of Equipment- Instruments and Laboratory Equipment. Each respondent must clearly identify their business size/status in their capabilities statement. THIS 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 equipment? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) This requirement contains a need for the Original Equipment Manufacturer (OEM) parts for replacements/repairs and a response time of 2 business days for repairs. Provide an explanation of your company�s ability to meet these requirements. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) For small businesses, please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime. Provide an explanation of your company�s ability to meet this potential requirement. 6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, SAM Unique Entity ID, etc. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested parties are requested to submit a capabilities statement of no more than three (3) pages in length in Times New Roman font of not less than 10 pitch. The contract type is anticipated to be Firm Fixed Price. All data received in response to this NOI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Responses to this NOI, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF) point of contact identified below, NO LATER THAN, 21 April 2025 12:00PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46376aac6ac8440680fea8458c3f32dc/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN07397853-F 20250406/250404230049 (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.