Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOURCES SOUGHT

J -- X-Ray Scanner Maintenance - Draft PWS

Notice Date
12/8/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Knox, Bldg 1109, Room 373, Fort Knox, Kentucky, 40121-5720, United States
 
ZIP Code
40121-5720
 
Solicitation Number
W9124D-16--Q-6031
 
Archive Date
1/25/2017
 
Point of Contact
Richard D. Dalton, Phone: 5026243853
 
E-Mail Address
richard.d.dalton.civ@mail.mil
(richard.d.dalton.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft PWS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to procure the Scheduled Maintenance, Training and Emergency Repair Services for X-Ray Scanner Machines (Astrophysics, Inc. model number XIS-6545 for 52 Military Entrance Processing Stations (MEPS) on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside. We encourage 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it 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. 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. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 811219, Other Electronic and Precision Equipment Repair and Maintenance with a size standard of $20.5 million. A continuing need is anticipated for the X-Ray Maintenance and Training requirement which is currently being fulfilled through current contract # W9124D-16-P-0083. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 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. 3. 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. The requested period of performance is 1 February 2017 through 31 January 2018 with three one year option periods. 4. Information to help determine if the requirement service 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. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil 210-466-2269 or alternate Christina Mokrane, at Christina.m.mokrane.civ@mail.mil or (210) 466-2440, if you believe this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3db468ccee4f11e814d00a9ffac196ac)
 
Place of Performance
Address: Various Locations, North Chicago, Illinois, 600634-309, United States
 
Record
SN04347420-W 20161210/161208234903-3db468ccee4f11e814d00a9ffac196ac (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.