Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SPECIAL NOTICE

J -- Medrad Injector Maintenance - Package #1

Notice Date
7/26/2016
 
Notice Type
Special Notice
 
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
W81K0016T0266
 
Point of Contact
Alison P Frank, Phone: 2542884769
 
E-Mail Address
alison.p.frank.civ@mail.mil
(alison.p.frank.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement 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 Southern Regional Contracting Office, Fort Hood, TX, has an upcoming requirement to solicit for and award a maintenance services contract for Medrad Injector maintenance at William Beaumont Army Medical Center (WBAMC), Fort Bliss, TX. It is anticipated that the proposed services will result in a Firm Fixed-Priced contract. This is a non-personal service to provide scheduled and unscheduled maintenance to include all parts, labor, equipment, materials for the Medrad Injectors located in the Pathology Laboratory at William Beaumont Army Medical Center (WBAMC), El Paso, Texas. 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 Medrad Injector systems. Service shall consist of one (1) preventive maintenance (PM) and unlimited repair calls for the Medrad Injector systems. Maintenance must be accomplished by experienced and professional employees qualified and manufacture trained on the Medrad Injector systems. In addition to this training, the technicians must have proof of two years of formal training presented by the Original Equipment Manufacturer (OEM) specific or similar to make and model of equipment or received a combination of formal training presented by the OEM specific or similar to the make and model of equipment, and has had repair experience on this equipment within last 12 months. The Contractor's service representative will be factory trained and have a minimum of two years of experience working on the contracted equipment, effective with the current date. 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 (HUBZone), 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 - "Other Electronic and Precision Equipment Repair and Maintenance". 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: •Offeror's name, address, point of contact, phone number, and e-mail address. •Offeror's interest in providing a proposal/quote on the solicitation when it is issued. •Offeror's capability to meet personnel requirements. •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. •Offeror's type of small business and Business Size (Whether 8(a), HUBZone, 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 2 August 2016 at 2:00 P.M. Central Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email or fax your response to Alison Frank, Contract Specialist at email: alison.p.frank.civ@mail.mil or FAX # 254-553-3906. Telephonic inquiries will not be honored. EMAIL IS THE PREFERRED METHOD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0016T0266/listing.html)
 
Place of Performance
Address: William Beaumont Army Medical Center (WBAMC), El Paso, TX, El Paso, Texas, 79920, United States
Zip Code: 79920
 
Record
SN04195946-W 20160728/160726234706-fb590503022d8116e796abea88ff5aa7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.