SOURCES SOUGHT
D -- HARDWARE MAINTENANCE - Performance Work Statement
- Notice Date
- 9/29/2016
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- MSAJRFI
- Archive Date
- 11/5/2016
- Point of Contact
- Antoinette J. Gregg, Phone: 7037671189
- E-Mail Address
-
Antoinette.Gregg@dla.mil
(Antoinette.Gregg@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. The Department is NOT requesting a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industrial Classification System (NAICS) code is 334118- Fingerprinting Maintenance Services size standard is $1,000. This synopsis neither constitutes a Request for Proposal or Bid, nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose. The Defense Contracting Services Office has a requirement for Fingerprinting Services and intends to issue a formal Request for Proposals (RFP) in October 2016 via Federal Business Opportunity (FedBizOps). Documents will be posted to www.fbo.gov on or about October 2016. The government's objective is to acquire fingerprinting maintenance services for the following DLA locations: Ft. Belvoir, VA, Richmond, VA, Columbus, OH, Battle creek MI, Philadelphia, PA, Pearl Harbor HI and Kaiserslautern, GE. The contractor shall provide maintenance services for hardware on all seven current fingerprint machines at seven different locations to maintain system performance. DI also requires lifecycle maintenance to obtain updated fingerprint equipment when the current models become obsolete or break down and require replacement. The scope of work includes hardware maintenance services for one base year plus four option years for each of the seven existing fingerprint machines identified below at seven different locations. The period of performance will be 01 January 2017 through 31 December 2021 for all locations. Please provide information by the closing date on the Sources Sought. THERE IS NO SOLICITATION AT THIS TIME. Interested sources shall submit a tailored capability statement that demonstrates the expertise, personnel, protocols, systems, and technology to meet requirements of the draft PWS. Tailored Capability Statements shall demonstrate a clear understanding of all technical services specified in the draft PWS. Prospective firms are requested to submit a capability statement that (1) identifies the prospective contractor (business name, cage code, DUNS number, business size (large, small, 8(a), etc.), point of contact (including email address), telephone number, and identify the nature of the proposing entity (e.g., joint venture, limited liability corporation, etc.); (2) describes the prospective contractor's capabilities, relevant experience and corporate resources to perform a contract of the size and complexity of which is the subject of this requirement; (3) if the company has a contract in the General Services Administration (GSA) please provide the contract number and (4) may include comments on the draft PWS. Interested firms are requested to submit a capability statement, limited to no more than 6 pages, no later than October 21, 2016 at 2:00 P.M. EDT. This request for capability statement does not constitute a request for proposal. Submission of any information in response to the market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-99, System for Award Management (SAM) at https://www.sam.gov, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Please provide responses by October 21, 2016 at 2:00 P.M. EDT. All questions or suggestions regarding the PWS shall be submitted via e-mail to Antoinette.Gregg@dla.mil. Please note that telephone inquiries regarding this notice will not receive responses..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/MSAJRFI/listing.html)
- Place of Performance
- Address: Multiple locations as described in the RFI., United States
- Record
- SN04293518-W 20161001/160929235757-d50959ae67c4d785493f5a400fb0b2c6 (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 |