Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

J -- Argon Electronics Equipement Repair BOA

Notice Date
4/1/2020 8:46:24 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-20-Q-0003
 
Response Due
4/6/2020 11:00:00 AM
 
Archive Date
04/21/2020
 
Point of Contact
Blia Vue, Phone: 573-596-3216, Fax: 573-596-0267, Lisa M. Bergstrom, Phone: 573-596-0255, Fax: 573-596-0267
 
E-Mail Address
blia.vue.civ@mail.mil, lisa.m.bergstrom2.civ@mail.mil
(blia.vue.civ@mail.mil, lisa.m.bergstrom2.civ@mail.mil)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The Mission and Installation Contracting Command (MICC), Fort Leonard Wood, MO is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for diagnosis and repair of Argon Electronics Limited equipment to include but not limited 22 M4E1JCAD Simulators back to OEM standards using OEM parts. The MICC Ft Leonard Wood currently intends to award a five (5) year basic ordering agreement (BOA) to J.G.W. Limited on a sole source basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. The proposed sole source firm fixed price BOA to any authorized vendor for diagnosis and repair of Argon Electronics� equipment to include but not limited to 22 M4E1JCAD Simulators back to OEM standards using OEM parts. The statutory authority for the sole source procurement is FAR 13.501(a) Sole source (including brand name) acquisitions of commercial items. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made to Argon Electronics Ltd.�s authorized vendors. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location:�������������� 0% On-Site Government;������ 100% Off-Site, Contractors� location DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The Homeland Defense Civil Support Office (HD/CSO), is designated as the HazMat trainer for teaching/instructing students on the operation, usage and deployment of Argon Electronics Ltd. equipment. Please see HD/CSO�s draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). REQUIRED CAPABILITIES The Contractor shall provide diagnostic and applicable repairs, of Argon Electronics� equipment to include but not limited to 22 M4E1JCAD Simulators back to OEM operating standard using OEM parts, services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 811219 with a Small Business Size Standard of $22 million. The Product Service Code is J058. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 07 April 2020. All responses under this Sources Sought Notice must be e-mail to blia.vue.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Are you an Argon Electronics Limited�s authorized vendor? 6.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBWSfor the five year ordering period. 7.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 8.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 9.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a five year ordering period commencing in 17 April 2020. The contract type is anticipated to be Basic Ordering Agreement or Basic Purchase Agreement. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Blia Vue, in either Microsoft Word or Portable Document Format (PDF), via email blia.vue.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/783c12f8fb4d4f3a8e28e7a2a013efde/view)
 
Record
SN05607700-F 20200403/200401230147 (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  © 1994-2020, Loren Data Corp.