Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

58 -- SITE PANEL/RACK ASSEMBLY

Notice Date
6/10/2015
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002851400376
 
Archive Date
7/10/2015
 
Point of Contact
Quevale Mickles, Phone: 951-413-2299, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
quevale.h.mickles.civ@mail.mil, susan.m.madrid.civ@mail.mil
(quevale.h.mickles.civ@mail.mil, susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT HQ002851400376 SITE 200 TOP PANEL/RACK ASSEMBLY The Defense Media Activity-Riverside (DMA-R) is seeking authorized sources to provide the the items: •15 Each Site 200 Top Panel, Mfr: Gamlet Inc. P/N: ACC-S200-TOPCOMP •3 Each Rack Assembly, Mfr: Gamlet Inc. P/N: S200-1BAY-27RU-KKDN CONTRACTING OFFICE ADDRESS: DMA-R Contracting Office 23755 Z Street Riverside, CA. 92518 INTRODUCTION: This is a sources sought synopsis to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The DMA-R is seeking to procure the following items: CLIN #Item DescriptionGALMET INC. P/NQty 0001SITE 200 TOP PANEL COMPLETE; CONSISTING OF ENTIRE TOP PANEL ASSEMBLY, FAN ASSEMBLY, INPUT/OUTPUT TRAY WITH IFP/POWER PLATE INCLUDED; REAR COVER PANEL, AND MOUNTING HARDWARE; COATED AS REQUIRED.ACC-S200-TOPCOMP15 EA Term: 30 Days ARO 0002C/O: 1EA VERTICAL RACK (27RU), FABRICATED FROM 14 GAUGE STEEL W/PROVISIONS FOR SHOCK/VIBRATION EQUIPMENT MOUNTING, WELDED AND GROUND CONSTRUCTION, PLATED RACK RAILS, REAR REMOVABLE PANEL DOORS, SOLID LOUVERED TOP PANELS, END SIDE PANELS, 2EA POWER STRIPS, TOP PANEL W/FAN, BOTTOM MOUNTING FRAME; PAINTED BLACK ENAMEL; OVERALL DIMENSIONS: 52.5-IN H X 24-IN W X 24-IN D.S200-1BAY-27RU-KKDN3 EA Term: 30 Days ARO DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: N/A REQUIRED CAPABILITIES: Authorized resellers of Galmet, Inc. items only. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 332999, with the corresponding size standard of 750 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 25 June 2015, 2 PM Pacific Daylight Time (EDT) to Ms. Quevale Mickles, quevale.h.mickles.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3baba349d302dcfb3003ebba93c28f2d)
 
Place of Performance
Address: 8345 Beechcraft AVE, Gaithersburg, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN03759526-W 20150612/150610235141-3baba349d302dcfb3003ebba93c28f2d (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.