Maintenance and Calibration for Instron Universal Testing Systems PANRSA-24-P-0000 008090
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)
- Original Published Date: May 21, 2024 03:35 pm CDT
- Original Response Date: May 24, 2024 04:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jun 08, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 334519 - Other Measuring and Controlling Device Manufacturing
- Place of Performance: Redstone Arsenal , ALUSA
Description
Request for Information / Sources Sought / Special Notice For
Maintenance and Calibration for Instron Universal Testing Systems
INTRODUCTION
This sources sought synopsis is being issued as a means of conducting market research to identify parties having an interest in and the resources to support the Government’s requirement for on-site preventative maintenance, calibration, and repair services for Instron 5566, Instron 5587, and SATEC 60UD universal testing systems and accessories. The requirement also includes delivery and calibration of quantity one (1) 10 kilonewton (kN) load cell for use with the SATEC 60UD. Services are to be performed at Tobyhanna Army Depot, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466.
This is an exchange with industry before receipt of proposals as defined in FAR 15.201(c)5. This notice is solely for information and planning purposes. It does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future.
The government does not intend to award a contract on the basis of any responses received. An RFP is not available at this time. Requests for a solicitation will not receive a response. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse respondents for information solicited. The information provided herein is subject to change and in no way binds the Government. The Government reserves the right to consider acquisition strategies as deemed appropriate.
REQUIRED CAPABILITIES
The Contractor shall provide on-site repair, preventative maintenance, and calibration services for Instron 5566, Instron 5587, and SATEC 60UD universal testing systems and accessories. The requirement also includes delivery and calibration of quantity one (1) 10 kilonewton (kN) load cell for use with the SATEC 60UD. The Contractor’s servicing personnel shall be specially trained and authorized to perform OEM or OEM-equivalent maintance to this equipment. They shall have the necessary knowledge, skills, tools, documentation and system security access to fully service the equipment, make hardware adjustments, and manipulate software settings – to include all calibration factors. Upon completing annual service the Contractor shall provide the Government with a full report of services performed to each item, as well as NIST-traceable certificates of calibration.
ELIGIBILITY
The applicable NAICS code for this requirement is 334519 with a Small Business Size Standard of 750 employees. The Product Service Code is J066. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
SUBMISSION DETAILS
If your organization has the potential capacity to perform these contract 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) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
Submittal of capabilities statements (or any pre-submission questions) are requested via electronic mail to Tawana Sizemore, Contracting Officer, CCAM-CAD-B, ACC RSA, tawana.m.sizemore.civ@mail.mil no later than 4:00 PM CST on Friday, May 24 2024.
Attachments/Links
Contact Information
Contracting Office Address
- AMCOM CONTRACTING CENTER MISSLE
- REDSTONE ARSENAL , AL 35898-5090
- USA
Primary Point of Contact
- Tawana Sizemore
- tawana.m.sizemore.civ@army.mil
Secondary Point of Contact
- Benjamin C. Hymas
- benjamin.c.hymas.civ@army.mil
History
- Jun 08, 2024 10:55 pm CDTSources Sought (Original)