Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2015 FBO #4810
SOURCES SOUGHT

J -- ELECTRONIC SECURITY & PUBLIC ADDRESS SYSTEM MAINTENANCE SERVICE

Notice Date
1/23/2015
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W9126G-15-S-0014
 
Response Due
2/4/2015
 
Archive Date
3/24/2015
 
Point of Contact
BERTRAM SCOTT, (409) 766-3940
 
E-Mail Address
USACE District, Galveston
(bertram.r.scott@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - The Solicitation is not available at this time. This notice does not constitute a commitment by the Government. The U.S. Army Corps of Engineers, Galveston District has a future requirement for an Electronic Security & Public Address System Maintenance Service contract. The Contractor will provide all personnel, labor, equipment, supplies, transportation (vehicles), tools, parts/materials, management/supervision and other items and non-personal services necessary to perform repair and maintenance services as defined in the Performance Work Statement (PWS) (upcoming Solicitation) except for those items specified as Government furnished property and services. All work shall be performed in accordance with (IAW) industry and commercial practices, using commercial/industry standard equipment, materials, supplies and tools. Copies of all required licenses, certificates and Contracting permits shall be provided to the Contracting Officer (KO) prior to the start of the contract performance. The contractor's performance shall be based on the Contract Officer's Representative (COR) and KO evaluation of the results required by the Performance Requirement Summary upcoming Solicitation) and not the frequency or method of performance. It is at the contractor's discretion to determine the levels of frequencies to attain the level of service at the best value. This includes an analysis of the current equipment to see if anything needs replacing. The Contractor shall comply with applicable federal, regional, state, local laws and commercial standards to include obtaining required licenses, certificates and permits. A competent/qualified technician must be present at all times while personnel are working on site. The Period Of Performance will be a Base Year (12 months) and two (2) twelve (12) month Option years. The North American Industry Classification System (NAICS) Code is 811213 (Size Standard: $11.0 million). The Government contemplates awarding a contract with firm-fixed unit prices resulting from the future Request For Quote (RFQ), which will include evaluation criteria. Market research is being conducted to determine interest and capability of potential Small Business sources. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The purpose of this sources sought announcement is to gain knowledge of interested, capable and qualified small businesses. The order of magnitude for this effort is $100,000 to $200,000. If you can meet the above requirements please respond to this sources sought announcement by mail to the attention USAED, Galveston-Contracting Division, ATTN: Bertram Scott, 2000 Fort Point Road, Galveston, TX 77550 or to the attention of Bertram Scott by E-Mail at Bertram.R.Scott@usace.army.mil. Your information shall include the following: 1. Cage Code and DUNS number, 2. Name of firm with address, phone, fax, e-mail address and point of contact, 3. State what type of Small Business company you are: i.e. SBA Certified 8(a) firm, Woman Owned, Hub-Zone, etc. 4. Please indicate whether your firm would submit a bid for this project, upon Solicitation release. 5. Qualification: Responses to this Sources Sought announcement shall indicate specialized experience and technical competence. The evaluation will consider overall experience. 6. Submission Requirements: Firms submitting responses shall provide information on the most recent (last three(3) years), up to five (5) like or similar projects that show you can meet the above requirements. Provide a contract number, project location, description of work requirements, contact and phone number for each effort. Proof of Small Business Administration (SBA) registration 8(a) and Hub-zone Small Business shall be provided with this response. If there are technical questions provide them to Bertram.R.Scott@usace.army.mil and you will get a response back from the appropriate technical person. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through the Federal Business Opportunities website at www.fbo.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. The response date for this sources sought is February 4, 2015 at 4:00 PM, Central Time(CT). No collect calls will be accepted. No telephone request or written requests for the market survey will be accepted. Please note: All contractors doing business with the Federal Government must be registered in the System For Award Management (SAM) to receive a government contract. The website for registration is https://www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-15-S-0014/listing.html)
 
Place of Performance
Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
 
Record
SN03623826-W 20150125/150123235114-f990c8c4e45654e47863c247d51945c3 (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.