Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 9 PM
Solicitation
Denver Colorado

BENCH SERVICE MAINTENANCE HACH168075

Details

Solicitation ID DOIGFBO250048
Posted Date 30 Jun 2025 at 9 PM
Response Date 11 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ofc Of Acquisition Grants-denver
Agency Department Of Interior The
Location Denver Colorado United states 80225

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now
HACH 168075 Repair and Maintenance for Nitratax nitrate sensors and Solitax turbidity sensors.

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 Other Electronic and Precision Equipment Repair and Maintenance for Nitratax nitrate sensors and Solitax turbidity sensors.
Sellers offering the Hach Sensor Maintenance shall include the following specifications:
Vendor will perform annual and as-required maintenance of Hach Nitratax nitrate sensors and Solitax turbidity sensors, including seal and o-ring replacement, cleaning, calibration, and performance accuracy checks and verification as well as component repair or replacement, including seals, housings, lamps, photoreceptors, motors, wipers, and electronic boards.

Equipment will be shipped, at the cost of the government, to the vendor who will perform maintenance and/or repairs in their own facility using their own tools. Maintenance or repairs should be completed within one month of delivery of the equipment. Once maintenance or repairs are complete, vendor will ship equipment, at the cost of the government, back to specified project chief. If vendor is unable to repair the equipment within the scope of the service agreement, they will provide recommendation of next steps to the project chief (i.e. equipment or part replacement).

The COR will ensure that all equipment delivered to the government under this contract are complete and have been repaired or maintained as requested by the project chief. If deficient, the COR will issue a short memorandum rejecting the equipment delivered. If the equipment is deemed unacceptable, the COR will provide complete information detailing the shortcomings. The vendor will be given two weeks from the date of such a memorandum, to correct the shortcoming at no additional cost to the government.

THERE IS NO SOLICITATION AT THIS TIME. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSBILITY OF THE CONTRACTOR.

This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
Responses to this announcement are requested from (1) ISBEE (Indian Small Business Economic Enterprise, (2) SBA certified Small Business HubZone firms; (3) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (4) Service-Disabled Veteran-Owned small Business firms; (5) Small Businesses (6) Large Businesses.

In response to this announcement, please indicate your firm's socioeconomic status (e.g. ISBEE, 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 (1) through (4) above, any solicitation may be issued as unrestricted without further consideration.

Interested firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including UEI NUMBER); (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.

Your company must have a UEI number and be registered on-line at the System for Award Management (SAM).

All responses must be submitted NLT July 11, 2025 at 12:00pm EST via e-mail to: [email protected].

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.

Similar Opportunities

Denver Colorado 15 Jul 2025 at 9 PM
Louisville Tennessee 15 Jul 2025 at 2 PM
Boston Massachusetts 15 Jul 2025 at 2 PM
Boston Massachusetts 15 Jul 2025 at 2 PM

Similar Awards

Location Unknown 01 Jul 2015 at 2 PM
Lakewood Colorado Not Specified
Location Unknown 08 Sep 2022 at 1 AM
Location Unknown 26 Feb 2020 at 2 PM
Rockaway New jersey Not Specified