Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2017 FBO #5822
SOURCES SOUGHT

J -- Equipment Maintenance - Performance Work Statement - Density List - List of Equipment

Notice Date
10/30/2017
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-18-R-LRC1
 
Archive Date
2/28/2018
 
Point of Contact
Michael W. Vincent, Phone: 5082336138, George Bernard, Phone: 5082336104
 
E-Mail Address
michael.w.vincent.civ@mail.mil, george.h.bernard.civ@mail.mil
(michael.w.vincent.civ@mail.mil, george.h.bernard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Density List - List of Equipment Performance Work Statement This sources sought is being issued for market research and planning purposes only. This is not a solicitation. Responses to this notice are not considered as offers and cannot be accepted by the government to form a binding contract. The Natick Contracting Division will not be responsible for any costs incurred by interested parties responding to this sources sought. The intent of this notice is to identify businesses, especially small business (SB) concerns, certified 8(a), HubZONE, service disabled veteran owned small businesses (SDVOSB), and women-owned small business (WOSB) concerns capable of performing the requirements described below. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Contracting Center, Natick Contracting Division, Natick, MA, in support of US Army Natick Soldier System Center Logistics Readiness Center (LRC) is seeking sources who are capable of providing provide preventative maintenance, service and repair support services field and sustainment level maintenance of Army owned equipment as listed in Categories A, B and C. The requirements are broken down into three categories as follow: Category A Small Engine (Marine Engine, Lawn Equipment, Snowblower, etc.), Category B - General Automotive/Generators (Trailers, ATVs, Generators, Wheeled Vehicles, etc.), and Category C - Construction/Material Handling Equipment (MHE)/Load Bearing (Cranes, Front Loader, Skid Steer, etc.). See attached Performance Statement of Work and Density List. All work associated with this requirement are for equipment located at Natick Soldier System Center (NSSC), 10 General Greene Ave, Natick MA 01760 or Fort Devens, MA 01434. Location Proximity Preference. Companies who are located close to the US Army Natick Soldier Center, located in Natick, MA are desired. The source/contractor shall indicate which equipment in categories A, B or C they are capable of providing maintenance for. Maintenance, service and repair support services shall be performed on-site at US Army Natick Soldier Center, Natick, MA 01760 or Ft, Devens, MA 01434, unless otherwise authorized. The North American Industry Classification System (NAICS) code for this effort is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard is $7.5M. The LRC intends to award Blanket Purchase Agreements (BPA) to a number of qualified contractors. The period of performance is expected to be five years. After the BPAs are in place, the Government intends to compete the scheduled yearly maintenance of the equipment per Category for one year. The list of equipment requiring scheduled yearly maintenance will be provided when requesting pricing. It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition. Interested parties should indicate interest by 2:00PM EST on 28 Nov 2017. Only electronic submissions are acceptable. Submit electronic copies to michael.w.vincent.civ@mail.mil and george.h.bernard.civ@mail.mil. This market research is for informational and planning purposes only. Failure to submit all information requested may result in a contractor not being considered as an interested party. All service-disabled veteran owned small businesses, certified HUB-Zone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources sought, the Government will determine whether set-aside acquisition in lieu of full and open competition is in the Government's best interest. Interested companies need to be registered in SAM.GOV. In the response to this Sources Sought, please provide Companies Name, DUNS Number, CAGE CODE, and shall indicate which equipment in categories A, B or C they are capable of providing maintenance for. In response this sources sought, the response shall include company name and address, Cage Code, DUNS Number, TIN, business size and type (i.e., large, small, small and disadvantaged, 8(a)certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) for the applicable NAICS code, and Point of Contact information (name, phone number, e-mail address. The source/contractor shall indicate which equipment in categories A, B or C they are capable of providing maintenance for. The source/contractor shall also provide a brief capabilities statement. Please title response e-mail "Response to W911QY-18-LRC1 Maintenance Sources Sought".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e05974e5405629bb11ee7f905cd3c53)
 
Place of Performance
Address: Natick Solider System Center, 10 General Green Avenue, Natick, Massachusetts, -1760, United States
 
Record
SN04726644-W 20171101/171030231245-3e05974e5405629bb11ee7f905cd3c53 (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.