Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2016 FBO #5439
SOURCES SOUGHT

67 -- RAE PID MAINTENANCE AND REPAIR - PWS PRS

Notice Date
10/12/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
0010610393
 
Archive Date
5/31/2017
 
Point of Contact
Patricia S Natividad, Phone: 4358313429, Richelle Hansen, Phone: (435) 831-2748
 
E-Mail Address
patricia.s.natividad.civ@mail.mil, richelle.k.hansen.civ@mail.mil
(patricia.s.natividad.civ@mail.mil, richelle.k.hansen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS FOR THE PID MAINTENANCE. SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the following: The US Army Dugway Proving Grounds (DPG) owns and operates 176 ppbRAE PID small hand held gas analyzers. This is a requested offsite repair service to be executed at the contractor's location. Items requiring service will be sent via overland express at DPG's expense for diagnostics and repair under this service agreement. The contractor will support the US Army located at Dugway Proving Grounds (DPG). Charges shall be on a One Price Repair basis that shall include refurbishment of the equipment, including the following services: Factory Testing, Calibration, Cleaning, Filter Replacement, Lamp Replacement (as required), Sensor Replacement (as required), Pump Service or Replacement (as required), Rechargeable Battery Pack Replacement (as required). Also, the vendor will functionally test all repaired analyzers. If the instrument requires beyond One Price Repair such as circuit board repairs to include replaced battery connector pins, contractor will so advise DPG and the parties will negotiate the appropriate course of action with respect to that instrument. To find a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 811219. NAICS: 811219 Description: Other Electronic and Precision Equipment Repair and Maintenance Size Standard: $20.5 Million A continuing need is anticipated for the mineRae maintenance. Attached are the draft Performance Work Statement (PWS), and Performance Requirements Summary (PRS). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The computer hardware on the miniRae's are proprietary to RAE systems. What is the lead time for identified repairs, or possible partnership with RAE systems. Please propose a solution to how repairs would be accomplished and provide specification sheets with capaibilites. If there are other Department of Defense contractors and contract please provide the contract number and title of similar requirement. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f4b1cd1cbb7fa506736a023d5ea2bff)
 
Place of Performance
Address: Vendor's location., United States
 
Record
SN04302938-W 20161014/161012235230-9f4b1cd1cbb7fa506736a023d5ea2bff (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.