Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911SD22R1665
This is a Sources Sought Notice (SSN) as defined by the Federal Acquisition Regulation (FAR). A Request for Proposal (RFP) and Request for Quote (RFQ) are not applicable for this query and no solicita...
This is a Sources Sought Notice (SSN) as defined by the Federal Acquisition Regulation (FAR). A Request for Proposal (RFP) and Request for Quote (RFQ) are not applicable for this query and no solicitation document exists for the request. This SSN is for planning purposes only and shall not be construed as a RFP, RFQ, nor as an obligation on the part of the Government for follow-on acquisition. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this SSN. All information received in response to this SSN that is marked as proprietary will be handled accordingly. The Mission and Installation Contracting Command (MICC) at West Point, NY is interest in procuring a 1-year Preventive Maintenance Service Agreement for a Perkin-Elmer Avio 500 Cross Flow Inductively Coupled Plasma (ICP) Spectrometer – and – a Polyscience Water Chilling Unit. The items function together as 1 (one) system. Therefore, it must be serviced by someone with the knowledge, skills, and experience to expertly service both pieces of equipment. The info for the equipment is as follows: MFR: Perkin-Elmer MFR: Polyscience P/N#: N0810010 P/N#: 6160T21E4Q1N MODEL: Avio 500 ICP-OES MODEL: N0772046 ITEM: ICP Spectrometer ITEM: WhisperCool Chiller System This service is currently being set-aside for Small Business concerns provided that 2 (two) or more qualified Small Businesses respond to this SSN with information sufficient enough to support the set-aside. The NAICS Code Qualifier is 811219 and the SBA Size Standard is $22.0 mil. All Small Businesses that qualify for this service must be able to submit bona fide evidence that shows their ability to service, repair, maintain, and ensure the system meets original performance specifications. They must also be able to provide factory-grade parts, software updates / patches, and technical support. Refurbished and/or Non-OEM parts, components, and software are strictly prohibited and will not be accepted for services of the system (no exceptions). All qualified responders must provide past performance data that proves their ability to meet our requirements as Authorized Service Agents for Perkin-Elmer. As such, you must submit proof from Perkin-Elmer in the form of an official memorandum that specifically lists you and/or your company as an official Authorized Service Agent for Perkin-Elmer. The full name, phone, email, and complete location of the Perkin-Elmer Representative that provided you with the authorization memo must be listed on the memo. The information will be verified with Perkin-Elmer. Failure to provide the document or providing false information will exclude you and your company as a potential source for this service. All Small Businesses that qualify for this service under NAICS Code 811219 and are Authorized Service Agents of Perkin-Elmer are encouraged to participate by identifying their capabilities to meet this requirement at a fair market price. The Contractor will be required to provide all technical and administrative resources to accomplish the work as defined in the Performance Work Statement (PWS). See attached PWS for complete information. The principal place of performance is... United States Military Academy Department of Chemistry and Life Science Bartlett Hall Science Center 753 Cullum Road West Point, NY 10996 The Period of Performance for this requirement is 12 months (1yr). The start date is September 1, 2022 thru August 31, 2023. You must submit a capability statement that clearly demonstrates your company’s ability to meet our requirement - and - an Authorization Letter from Perkin-Elmer that says you and/or your company are Authorized Service Agents of Perkin-Elmer. Therefore, we will only accept statements from Contractors that are registered with NAICS Code 811219 -and- are Authorized Service Agents of Perkin-Elmer. Contractors that submit capability statements or proposals with NAICS Codes that have nothing to do with our requirement will not be considered as potential sources. Your company must be able to meet our requirements in order to be considered as a potential source. All respondents must read and understand the full scope of the PWS before submitting a capability statement. Any qualified respondent that is actually capable of providing the service may submit a capability statement which shall be considered by the agency for evaluation purposes only. The following info must be listed with your reply: 1. Full Company Name and Address 2. SAMs Unique Entity Identifier (UEI) Number 3. CAGE Code 4. TAX ID# (aka “EIN” or “TIN”#) 5. Business Size (must be stated on your reply) 6. NAICS Code (see NAICS Code Qualifier above) 7. Company POC, Email, Phone# 8. Capability Statement / Proof (a & b… no exceptions) - - a. Capability Statement that shows your ability / capability to meet our requirement. *** Past performance information is required. *** b. Authorization Letter from Perkin-Elmer that states you are an Authorized Service Agent of Perkin-Elmer with permission to service their equipment on their behalf. This SSN is for planning purposes only and shall not be construed as a RFP, RFQ, nor as an obligation on the part of the Government for follow-on acquisition. All responsible parties that feel they can meet our requirements should forward their capabilities in writing via email only to jorge.l.acevedo4.civ@army.mil. Phone calls will not be accepted. This notice will close on August 15, 2022 (Monday) at 12:00 PM (EST). Please note... this is a Sources Sought query only, not a Solicitation / RFQ.