Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOURCES SOUGHT

34 -- Sciaky Welders

Notice Date
4/29/2025 1:24:07 PM
 
Notice Type
Sources Sought
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
W6QK ACC ANAD ANNISTON AL 36201-4199 USA
 
ZIP Code
36201-4199
 
Solicitation Number
W911KF-25-S-0015
 
Response Due
5/13/2025 8:00:00 AM
 
Archive Date
05/28/2025
 
Point of Contact
Reese Wells
 
E-Mail Address
christopher.r.wells36.civ@army.mil
(christopher.r.wells36.civ@army.mil)
 
Description
REQUEST FOR INFORMATION Anniston Army Depot Sciaky Welders Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized in the same manner as this notice, at beta.sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background This requirement is for the establishes the requirements for on-site emergency repair, telephone technical support, and preventive maintenance for twelve12) Inside Diameter/Outside Diameter (ID/OD) recuperator resistance seam welders located at Anniston Army Depot (ANAD), Anniston, Alabama. Six (6) welders located in Building 133. Two (2) Sciaky ID/OD recuperator, upgraded resistance seam welders, type GMRX-50 (Machines 11 and 12), and four (4) Sciaky ID/OD recuperator, legacy resistance seam welders, type GMRX-50 (Machines 642-5, 642-6, 642-9, and 642-10) located in Building 134. The contract term shall be for a one-year base period beginning with the award date, plus four (4) one-year options. . See Attachment 1 � STATEMENT OF WORK. Period of Performance or Delivery Date (choose based on requirement): Estimated Period of Performance: 1 Oct 25 3.0 Requested Information 3.1 Capability Statement, which includes any past performance examples of similar projects. 3.2 Recommended Contracting Strategy 3.3 Input/Responses on the following: 3.3.1 Are there enough details to assemble an accurate hardware price? If not, please identify shortcomings or other necessary information. 3.3.2 Are there enough details to assemble an accurate software and integration/installation price that will meet the Government�s requirement? If not, please identify shortcomings or other necessary information. 3.3.3 What additional information, if any, would be necessary to formulate a transition plan? 3.3.4 What sections, if any, require additional definition in order to properly specify your product? 3.3.5 Is the estimated Period of Performance time sufficient? If not, what would your firm propose? 3.3.6 Any additional questions/concerns/input your firm may have in regards to this Statement of Work (SOW). 4.0 Responses 4.1 Interested parties are requested to respond to this RFI via MS Word document by responding to the Point of Contact (POC) below. 4.2 Responses are due no later than 5 May 25 AT 10 AM CST. Responses shall be limited to those items referenced in section 3.0 and 4.3 and shall be submitted via e-mail only to Reese Wells, christopher.r.wells36.civ@army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3. Responses shall provide administrative information, and shall include the following as a minimum: 4.3.1 Company Name, mailing address, and CAGE code. 4.3.2 Name, mailing address, phone number, and e-mail of designated point of contact. 4.3.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) 333992- Welding and Soldering Equipment Manufacturing , Size Standard 1,250 employees. 5.0 Industry Discussions Anniston Army Depot representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements and any other items specified herein. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to christopher.r.wells36.civ@army.mil. Verbal questions or phone calls will NOT be accepted. Questions will be answered by posting responses to the beta.sam.gov website. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 5 May 2025 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Sciaky Welders. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8dcecf455b2245d5a7d180052bf05b38/view)
 
Place of Performance
Address: Anniston, AL 36201, USA
Zip Code: 36201
Country: USA
 
Record
SN07425431-F 20250501/250429230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.