Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SPECIAL NOTICE

J -- RFI-Maintenance, Repair, & Training of Multiple OEM Pratt & Whitney

Notice Date
12/3/2019 12:58:03 PM
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Response Due
12/10/2019 2:00:00 PM
 
Archive Date
12/25/2019
 
Point of Contact
Ann Azarraga, Phone: 2568761459, Courtney Hawkins, Phone: 2563130385
 
E-Mail Address
ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil
(ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil)
 
Description
The U.S. Army Test, Measurement and Diagnostic Equipment Activity (USATA) is conducting market research to determine if there are potential sources with the capability to provide two (2) on-site repair services, parts, training, and upgrades to a Model LM900 Lab micrometer, Serial Number LM900-0801, located at Red River Army Depot in Texarkana, TX and Model U306270 Lab Master, Serial Number LMU-2204, located at Anniston Army Depot in Anniston. Both models are manufactured by Pratt & Whitney Measurement Systems, Inc. OverviewModel LM900- requires factory preventive maintenance, laser and USB upgrade installation, repair, and NIST-traceable calibration, to include probe alignment and lapping. Potential sources with capability shall provide on-site upgrades to laser and USB, repairs, maintenance and calibration to the equipment at USATA’s TMDE Support Center at Texarkana, TX.Model U306270- requires factory preventive maintenance, laser and USB upgrade installation, repair, and NIST-traceable calibration, to include probe alignment and lapping. Potential sources with capability on-site upgrades to laser and USB, repairs, maintenance and calibration to the equipment at USATA’s TMDE Support Center Anniston, AL 36201.In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not pay for information received. The Government Point of Contact is Ann Azarraga, Ann.m.azarraga2.civ@mail.mil, CCAM-CAD-C, Redstone Arsenal, AL 35898-5000.Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes:(a) The Government will not pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR.(b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal.(c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government.The potential source will provide tasks stated above for both models at the 2 locations listed, to include ISO 17025 accredited calibration requirements. The Contractor shall furnish all labor, material and equipment required to provide preventive maintenance, upgrades, repairs and calibration on-site and in accordance with the manufacturer’s specifications.RESPONSE INSTRUCTIONSPart A. Business Information:Please provide the following information for your company/institution and for any teaming or joint venture partners:1. Company/Institute name2. Address3. Point of Contact4. Cage Code5. DUNS Number6. Phone Number7. E-mail Address8. Web page URL9. Size of business pursuant to North American Industry Classification System (NAICS) Code 334519. Based on the above NAICS Code, state whether your company qualifies as a:a. Small Business (Yes/No)b. Woman Owned Small Business (Yes/No)c. Small Disadvantaged Business (Yes/No)d. 8(a) Certified (Yes/No)e. HUB Zone Certified (Yes/No)f. Veteran Owned Small Business (Yes/No)g. Service Disabled Small Business (Yes/No)h. Central Contractor Registration (Yes/No)i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership).Part B. Capability:1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.2. Describe your company's past experience (no more than three examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager).3. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel?Part C. Financial Capability:1. Describe your financial capabilities to successfully perform this contract.2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy.SUBMISSION INSTRUCTIONS:Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to electronic delivery to the following e-mail address: ann.m.azarraga2.civ@mail.mil. Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information. Respondents must have an active profile in SAM (System for Award Management) https://www.sam.gov/SAM/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/292e9a0dc15c45e1af74fc0adfc0baa0/view)
 
Place of Performance
Address: 72368, TX 75507, USA
Zip Code: 75507
Country: USA
 
Record
SN05507143-F 20191205/191204050229 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.