SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Maintenance and Repair of Bruker Avneo Nuclear Magnetic Resonance System with Cryoprobes to Bruker Biospin on a Sole Source Basis but is seeking vendors that may be able to supply the required maintenance/repair services for this requirement to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) respond to the sources sought notice. All small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
The statutory authority for the sole source procurement is 10 U.S.C. 3204(a)(1) as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.
Submittals will not be returned to the responder. Each potential source is also 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. Firms shall also provide point of contact information where available for the efforts cited above.
Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE), sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The NAICS code is: 811210, Repair and maintenance services for electronic equipment. SBA Size Standard is $34 Million.
ACQUISITION PURPOSE AND OBJECTIVES: The Chemical Test Division/West Desert Test Center requires preventive maintenance and repair of Nuclear Magnetic Resonance (NMR) system as needed at Combined Chemical Test Facility, Bldg. 4156 located at US Army Dugway Proving Ground, UT. The new service contract will need to be established to ensure that the NMR is fully operational and available for Test and Evaluation conducted by WDTC at Dugway. This proposed action is to obtain an original equipment manufacturer (OEM) support covering all parts and a certified technician’s labor, travel expenses and on-site visits to maintain Bruker AVNEO 600 MHz NMR system, system ID # TBD with the following items:
a. Labscape Complete - Console coverage
b. Labscape Comp Magnet coverage w/4 Helium Fills per year
c. Labscape Comp CP BBO 600S3 BBF-H-D-05 Cryo Probe
d. Labscape Comp PA BBO 600S3 BBF-H-D-05 probe cover
e. Labscape Comp PH MASDVT600S3 BL3.2 probe cover
f. Labscape Comp Cryoplatform coverage
g. Labscape Comp SampleCase sample changer coverage
h. Labscape Comp BCU II Cooling Unit coverage
Maintenance and repair tasks will be onsite at DPG. Training on functionality is also required on any newer software upgrades or hardware issues. The attached draft statement of work (SOW) provides additional information.
In response to the notice:
1. Limit responses to 5 pages and include the following additional information: name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) number, Commercial and Government Entity (CAGE) code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes. Provide recommendations to improve the Army's specifications to acquiring the identified items.
3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
4. Provide information to help determine if the requirement (items) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. To protect proprietary information and prevent the unintentional releasing of guarded information, all interested firms must conduct their own research regarding the specifications of the above listed item(s).
Interested sources shall submit all responses via email no later than 2:00 P.M. Mountain Standard Time (MST), 13 February 2025, to Mr. Jeremy MacDougall, Contract Specialist at email jeremy.a.macdougall.civ@army.mil ensuring "NMR System Maintenance” is in subject line of email and inquiries clearly marked with Sources Sought ID Number W911S6-25-Q-A001.