New Jersey Bids > Bid Detail

Service and Maintenance for Malvern/Panalytical Instruments

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159310027679782
Posted Date: Jan 29, 2024
Due Date: Feb 29, 2024
Source: https://sam.gov/opp/08a01e7611...
Follow
Service and Maintenance for Malvern/Panalytical Instruments
Active
Contract Opportunity
Notice ID
W15BW9-24-X-JD01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Office
W4MK CCDC ARMAMENTS CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 29, 2024 10:38 am EST
  • Original Response Date: Feb 29, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Picatinny Arsenal , NJ
    USA
Description

The U.S. Army Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) maintains several laboratories for ammunition safety and propellant safe life assessment. Their mission is to support the characterization of Propellants, Pyrotechnics, and High Explosives. Accomplishment of the mission requires the analysis on various samples for research and development, malfunction investigations, and foreign ammo exploitation purposes. The analyses are accomplished with an array of Malvern/Panalytical instruments. Proper maintenance and timely repairs are crucial for uninterrupted support of the mission.



The contractor shall provide a service/maintenance agreement that shall cover on-site service, repair, equipment/parts replacement, hardware upgrades, and associated calibration for Malvern laboratory equipment. System and equipment include the following items:




  • Panalytical Zetium XRF, Serial Number: DY3034 (1PM)

  • Malvern Omnisec Resolve CHR7100, Serial Number: MAL1202609 (1PM)

  • Malvern Omnisec Reveal CHR6000, Serial Number: MAL1202611 (1PM)

  • Haskris Chiller LX3-W2-62XXXE, Serial Number: HB37312 (1PM)

  • Malvern Mastersizer, Serial Number: MAL1154201& MAL1263043 (1PM)

  • Malvern Hydro MV, Serial Number: MAL1153655 (1PM)

  • Claisse Le Neo Fluxer, Serial Number: SLC19244321

  • Malvern PSA, Serial Number: MAL1102045

  • Hydro LV (MAZ3310), Serial Number : MAL1255030



The service shall include preventive maintenance and emergency repair of Malvern/Panalytical hardware as necessary to keep the units described in the equipment list above in original equipment manufacturers (OEM) operating condition, to ensure operation within the manufacturer's standard product specifications, as specified by Malvern/Panalytical in the service manuals. More specifically, the service shall include:




  • One annual performance maintenance visit scheduled by provider (necessary for items annotated with a “1PM”)

  • 48-hour on site response time during normal business hours (9-5 EST M-F except federal holidays).

  • Unlimited emergency calls.

  • Unlimited labor and travel during normal business hours

  • Unlimited phone support during normal business hours.

  • Hardware & software remote support (excluding Zetium instrument

  • The Contractor shall provide documentation of system maintenance/repair.

  • The Contractor is responsible for ensuring all employees performing the work defined in this PWS possess all required licenses and certifications needed for the execution of this contract at no additional expense to the Government.



This effort is planned to be a single-award Blanket Purchase Agreement (BPA), firm fixed price type contract.



DISCLAIMER



“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.”



BACKGROUND:



The applicable NAICS code for this requirement is 811210 with a Small Business Size Standard of $34M. The Product Service Code is J066. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (to include any socioeconomic subcategories) in their capabilities statement.



SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of maintaining upgrading and servicing the listed equipment.



Firms shall also provide point of contact information, where available, for the efforts cited above. In addition, please provide the firm’s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). All data should be sent at no cost to the US Government by 2/29/2024 to the US Army DEVCOM AC. ATTN: jermaine.a.dunham.civ@army.mil



This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 91 4TH AVE
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 29, 2024 10:38 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >