66--REPAIRS AND MAINTENANCE FOR OXFORD AZTEC INSTRUMENT
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 8112... SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 811210 Electronic and Precision Equipment Repair and Maintenance with a Small Business Size of $34 M for an anticipated upcoming requirement for maintenance and repair of Oxford AZtec micsF+/x-stream2//X-Max50//Nordlys instrument. The USGS Geology, Geophysics, and Geochemistry Science Center maintains and operates a state-of-the-art Oxford Instruments AZtec EDS and EBSD integrated system in the Denver Microbeam Laboratory, Building 20, Denver Federal Center. The instrument provides critical analytical research data, including qualitative and quantitative chemical analysis and structural analysis for all programs in the Southwest region, some Eastern Regions Western Region, and Hazards Programs. The instrument also provides data for collaborators such as EPA, NASA, DOJ, DOE, BLM, and DHS and non-Federal entities such as National Jewish Health and the University of Illinois, Chicago. The instrument comprises several critical subsystems, including a silicon drift detector, electron backscattered electron camera, electronics consoles, PC, and proprietary software. The Oxford system is often scheduled more than two weeks in advance, including scheduling for out-of-town researchers who travel to Denver specifically to use this instrument. The Oxford system must always be maintained in full operating condition and to the manufacturer¿s specifications. This is necessary because of the strict scientific requirements of USGS scientists, our Quality Management System, and our obligation to OFA clients. A full-service contract for instrument preventative maintenance and repair is critical to meet these requirements. The instruments must be maintained with the highest priority service by Oxford-trained service personnel to ensure proper maintenance and repair and prevent damage to the instruments. THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including an active SAM Registration); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS, (4) Active SAM Registration. All responses must be submitted NLT April 17, 2023, at 12:00 PM ED Time via e-mail to: isuryaty@usgs.gov This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided. If a solicitation is released, in order to receive an award your company must have an active SAM registration and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »