Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2014 FBO #4743
SOURCES SOUGHT

J -- Sources Sought for UPS Maintenance and services at USAMRMC (TATRC)

Notice Date
11/17/2014
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
JC100203
 
Response Due
11/26/2014
 
Archive Date
1/16/2015
 
Point of Contact
Jeremy Calligan, 301-619-7142
 
E-Mail Address
US Army Medical Research Acquisition Activity
(jeremy.a.calligan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The following notice is a Sources Sought in accordance with FAR 19.202-2. This is a information gathering stage of the Market Research process. The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price requirement for maintenance service and support of MRMC's Uninterruptable Power Supply (UPS) at TATRC. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. The objectives of this requirement are described in the paragraph below. UPS Maintenance GENERAL INFORMATION Description of Services: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform UPS Maintenance and services at USAMRMC (TATRC). The contractor shall perform to the standards in this contract. Scope: The contractor shall provide all management, supervision, personnel, equipment, tools, material, and supplies necessary to perform all phases of the annual preventive maintenance. This will include a comprehensive visual, environmental and electronic inspection of the UPS and/or PDU system to ensure that components are performing to defined technical and environmental specifications. The contractor shall dispatch authorized personnel to provide repairs in the event of a problem. Objectives: Provide UPS Maintenance: Perform annual inspection Provide repairs for defective equipment Period of Performance: one year (12 Months) and four (4) option years Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Government Remedies: The contracting officer shall follow FAR 52.212-4, quote mark Contract Terms and Conditions-Commercial Items quote mark or 52.246-4, quote mark Inspection of Services-Fixed Price quote mark for contractor's failure to perform satisfactory services or failure to correct non-conforming services. Hours of Operation/Place of Performance: The contractor is responsible for conducting UPS Maintenance between the hours of 0700 - 1700 hrs Monday thru Friday except when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this statement of work when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential. Security Environment. Contractor staff assigned to work in a restricted, secured environment shall comply with Security Programs in accordance with applicable DoD, Army and MEDCOM Directives. Copies of these security directives and regulations are located at the USAG Security Office, Fort Detrick, Maryland. PHYSICAL Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured Secret Facility Clearance: The Contractor shall possess or be eligible to receive and maintain a SECRET facility clearance from the Defense Security Service. The Contractor's employees, performing work in support of this contract shall have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office. USAMRAA is seeking responses from all responsible sources. Small businesses are defined under the associated NAICS code for this effort, 519190, with a size standard of $27.5 million or less. Please include your company's size classification in any response to this notice. After review of the responses to this sources sought notice, a solicitation announcement may be published in the Federal Business Opportunities website: www.FEDBIZOPS.gov/ at a future date. This notice is not to be construed as an acquisition Request for Information (RFI) nor is any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. USAMRAA is only trying to identify any firm not listed on any mandatory source. Any firm not registered must register as required at www.sam.gov - registries as required to participate in the upcoming solicitation. Responses to this notice must include the following information: Company name, Address, Point of Contact, and capability to provide these services. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to jeremy.a.calligan.civ@mail.mil are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. A brief summary is all that is needed versus a detailed proposal. If more information is needed you will be contacted. Please remember to provide Points of Contact for your company and phone numbers and your DUNS number. Interested parties responding to this Sources Sought Notice shall submit all information and responses by Email to the following point of contact below. Phone and/or hand written responses will not be accepted. Responses shall be received no later than 26 November, 2014 at 11:00 am EST. The Government will not pay for any information that is submitted by the respondents to the Sources Sought request, it is strictly voluntary. The Government will treat all responses in a confidential manner, and will not release this information to the public. Point of Contact Jeremy Calligan, Contract Specialist, Phone (301) 619-7142, Email jeremy.a.calligan.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/JC100203/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03575220-W 20141119/141117234817-90920c03af487ac9cb820f3db21728fb (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.