Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOURCES SOUGHT

J -- 65 - SHIMAZDU RADIOGRAPHIC MAINTENANCE - Performance Work Statement

Notice Date
7/18/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3551 ROGER BROOK DR BLDG 3600, Fort Sam Houston, Texas, 78234-6200, United States
 
ZIP Code
78234-6200
 
Solicitation Number
PR0010891118
 
Archive Date
8/12/2016
 
Point of Contact
Jennifer L. Arellano, Phone: 254-288-4768
 
E-Mail Address
jennifer.l.arellano2.civ@mail.mil
(jennifer.l.arellano2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SHIMADZU RADIOGRAPHIC UNITS PWS This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Regional Health Contracting Office - Central, Fort Hood, TX, has an upcoming requirement to solicit for and award a maintenance services contract for SHIMADZU RADIOGRAPHIC UNITS, at Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, TX. It is anticipated that the proposed services will result in a Firm Fixed-Priced contract. The contractor shall provide all necessary trained experienced personnel, labor, tools, diagnostic equipment and software, material, supplies, transportation, parts and equipment, excluding expendable items to perform repair support of the SHIMADZU RADIOGRAPHIC UNITS. Service shall consist of two preventative maintenance (PM) and unlimited repair calls for the SHIMADZU RADIOGRAPHIC UNITS. Normal duty hours are from Monday through Friday 0730 to 1630 excluding national holidays and weekends. Maintenance Services must be accomplished by experienced and professional employees certified to work on this specific equipment. Additional requirements include the capability to provide all necessary trained, experienced personnel, labor, tools, diagnostic equipment and software, material, supplies, transportation, parts and equipment (excluding expendable items) to perform repair services and support of these units. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees', regarding this requirement is strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these services. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 811219 - quote mark Other Electronic and Precision Equipment Repair and Maintenance quote mark. The Small Business Size Standard is $20,500,000.00. For reference purposes, a draft PWS has been attached. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to deliver the services listed above. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: 1. Offerors name, address, point of contact, phone number, and e-mail address. 2. Offeror's interest in providing a proposal/quote on the solicitation when it is issued. 3. Offeror's capability to meet personnel requirements. 4. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute maintenance services for this equipment, comparable work performed within the past 5 years -brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the work) - provide at least three (3) examples. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and expertise and experience to compete for this acquisition. 5. Offeror's type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offerors shall respond to this Sources Sought Notice no later than 28 July 2016 at 3:00 P.M. Central Standard Time. All interested businesses must be registered in the Central Contractor's Registration (CCR) through the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Fax or email your response Jennifer L. Arellano, Contract Specialist to FAX # 254-553-3906 or jennifer.l.arellano2.civ@mail.mil. Telephonic inquiries will not be honored. EMAIL IS THE PREFERRED METHOD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/PR0010891118/listing.html)
 
Place of Performance
Address: Carl R. Darnall Army Medical Center, Bldg 36065 Sante Fe Avenue, Fort Hood, Texas, 76544, United States
Zip Code: 76544
 
Record
SN04186733-W 20160720/160718235011-ea48960e0539ca0edd1d6b5af2e19ac6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.