Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

65 -- FUME HOODS/BIOLOGICAL CABINETS/CHEMICAL, MICRO, ISOLATION HOODS - DRAFT PWS FUME HOODS

Notice Date
8/12/2016
 
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
PR0010867124-0001
 
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
Fume Hood Equipment List Performance Work Statement Fume Hood and Biological Cabinets 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 ON SITE MAINTENANCE OF FUME HOODS, BIOLOGICAL CABINETS, CHEMICAL/MICRO/ISOLATION HOODS located throughout Evans Army Community Hospital (EACH), Fort Carson, CO. It is anticipated that the proposed services will result in a Firm Fixed-Priced contract. The contractor shall provide their Total Protection Plan Maintenance Service Contract to include all resources, labor, travel, transportation, parts, materials, equipment, and management necessary to keep the medical equipment in good operating condition and to perform all scheduled and unscheduled maintenance of the equipment listed in the attached equipment list. This non-personal services maintenance contract shall cover the repair, PM, calibration, and exchange services according to the Manufacturer's specifications for the equipment listed in the attached equipment list. Normal duty hours are from Monday through Friday 0700 to 1600 MST. Overtime hours at not allowed, thus, if service is required it must be completed during normal business hours. The type of solicitation to issue will be based upon the responses to this synopsis. FUME HOODS AND BIOLOGICAL CABINETS service shall consist of Annual and Semi-annual maintenance to include certification and calibration. Maintenance Services must be accomplished by technically qualified technicians who are factory trained and certified to perform maintenance on the equipment in the attached equipment list and have a minimum of two years of experience working on the contracted equipment. Service personnel must have a good working knowledge of the equipment. 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 22 August 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/PR0010867124-0001/listing.html)
 
Place of Performance
Address: Evans Army Community Hospital, Fort Carson, Colorado, 80913, United States
Zip Code: 80913
 
Record
SN04222201-W 20160814/160812235135-ce837f7bf1e386a36c12405b2198c371 (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.