SOURCES SOUGHT
J -- Sources Sought ONLY for Planning Purposes - USMA Requirement for Annual Maintenance of the Gerber Machinery
- Notice Date
- 3/13/2014
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD14T0105
- Response Due
- 3/18/2014
- Archive Date
- 5/12/2014
- Point of Contact
- Mitchelle Labady, (845) 938-4416
- E-Mail Address
-
MICC - West Point
(mitchelle.labady@us.army.mail)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION, REQUEST FOR QUOTE (RFQ) or PROPOSAL (RFP). This notice is a Sources Sought notice for informational and planning purposes, only. This notice is strictly intended for market research and shall not be construed as a solicitation, obligation or commitment by the Government. The purpose of this notice is to receive responses from industry that will assist the Government in developing its strategy for processing this requirement. The Government is seeking responsible sources from all businesses capable of meeting the quantity, complexity and schedule of the requirement outlined in this notice. The anticipated North American Industry Classification System (NAICS) Code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard of $7 million. Feedback on this requirement is encouraged. However, a response to this notice is not required for participation in the anticipated solicitation. The Mission Installation Contracting Command (MICC) at West Point on behalf of the United States Military (USMA) has an anticipated requirement for the maintenance of a Gerber AP-320 plotter, a Gerber GTXL cutter, a Gerber GT Labler Infomark, and a Gerber Accumark workstation. The anticipated period of performance would be one (1) base year plus four (4) option years. Interested sources are requested to submit an email to include: 1. Title of the requirement, Company Name, Address, POC, DUNS number and CAGE Code; 2. A brief capabilities statement (no more than 3 pages in length, single spaced, 12 point font minimum) detailing their qualification, capabilities and experience for providing these supplies. A generic capability statement is not acceptable. 3. Confirmation of an active registration in the System for Award Management (www.sam.gov). Please provide the company's SAM activation or renewal date as well as expiration date. 4. Please indicate the size of our company, i.e. large, small, veteran-owned service disable, HubZone etc. This notice is not a Request for Proposal or an announcement of a solicitation. Responses to this notice are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought notice. Participation is strictly voluntary. Responses shall be submitted via e-mail to Ms. Mitchelle Labady, mitchelle.labady@usma.edu. The deadline for the receipt of responses is no later than 3:00 pm Eastern Standard Time (EST) on Tuesday, 18 March 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/08d28214b0df3ef096fdbe96dd8ae4c4)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN03309996-W 20140315/140313235111-08d28214b0df3ef096fdbe96dd8ae4c4 (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 |