Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2015 FBO #4950
SOURCES SOUGHT

J -- Repair Teledyne 7125-SV2 Multi Beam Sonar

Notice Date
6/11/2015
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-15-T-0031
 
Response Due
6/18/2015
 
Archive Date
8/10/2015
 
Point of Contact
Vickie Grant, 910 251-4804
 
E-Mail Address
USACE District, Wilmington
(vickie.l.grant@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THIS ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. THIS IS NOT A SOLICITATION and should NOT be construed as a commitment by the Government. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS SYNOPSIS. No solicitation document exists for this Request for Information (RFI) and the Government will not pay for any effort expended in responding to this sources sought announcement. PURPOSE: The purpose of this Sources Sought in accordance with FAR Part 10, Market Research, to gain relevant knowledge of the capabilities from various members of industry, to include the Small Businesses community: Small Business, 8(a), Historically Underutilized Business Zones (HUBZone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantage Business, and Veteran Owned Small business. Qualified 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. A determination on the contract type, mechanism for procuring this service, and possible set-aside decision will not be made by the Government until after the market research has been completed. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811219 and the size standard is $20.5 million. The anticipated PSC is J052. SCOPE/DESCRIPTION: The requiring activity for this procurement is the U.S. Army Corps of Engineers-Navigation Branch, located in Wilmington, NC. This Sources Sought Notice is for information purposes only. It is being used to seek sources capable of evaluating, testing, and repairing (1) each Teledyne 7125-SV2 Multi Beam Sonar Processor (s/n 18203611094) and various SeaBat multi beam components. The Contractor is responsible for supplying all the necessary services, equipment, labor and materials to complete the herein described work in a professional and timely fashion. The level of replacement of worn or defective parts shall be consistent with the original manufacturer's design of the equipment. In no case should the Contractor use any replacement parts in repairing this equipment which would result in the manufacturer refusing to support the equipment. All work is to be completed to meet manufacturer specifications and equipment installation warranty requirements and standards. The Contractor shall sufficiently return the equipment to the government in an operable condition. The equipment shall be packed in a manner acceptable to preserve the condition of the equipment as it left the Contractor's facility. The packaging shall clearly identify the contents and weight of the package. Loose items such as bolts and screws shall be packaged together in a single package. All transportation, delivery, and storage costs shall be included in the quote. Equipment shall be shipped as completely assembled and wired as feasible so as to require a minimum of installation work. Equipment shall be adequately protected from damage during shipping and handling. All damage shall be repaired or replaced by the Contractor with no additional cost to the Government. RESPONSES: Qualified companies are encouraged to respond. Interested parties should provide a statement of interest on company letterhead (not to exceed 10 pages in length). Responses should provide the following information in response to this sources sought announcement: (1) Business name and address; (2) Name of company representative and their business title; (3) Copy of your most recent Capability Statement (including DUNS number, CAGE code, NAICS codes and Small Business certifications) with pertinent details and experience of doing this type of services; (4) Business size as it relates to the NAICS code and size standard stated in this Sources Sought announcement; (5) Contract types typically used for these types of services; and (6) Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested and Qualified companies are encouraged to respond. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Any submission of product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Elaborate proposals or pricing information are neither required nor desired. No solicitation document exists for this request for this Sources Sought. Funding for this requirement is quote mark Subject to the Availability of Funding quote mark per FAR 52.232-18. The amount of funding is not known at this time. Responses must be submitted no later than 10:00 AM (Eastern Daylight Time), June 18, 2015, via email to Vickie.L.Grant@usace.army.mil or facsimile (910-251-4025). Subject line of the email shall appear as follows: Repair Teledyne 7125-SV2 Sonar, W912PM-15-T-0031. Note: Prospective contractors MUST be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process but could take up to 30 days. Recommend registering immediately in order to prevent any delays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c726c4ccce6f92c0cb664ebfd3d8a3a6)
 
Place of Performance
Address: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC
Zip Code: 28403-1343
 
Record
SN03760773-W 20150613/150611234622-c726c4ccce6f92c0cb664ebfd3d8a3a6 (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.