Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOURCES SOUGHT

99 -- SOURCES SOUGHT NOTICE FOR 3D PRINTER UPGRADE AND SERVICE CONTRACT

Notice Date
6/16/2020 9:40:42 AM
 
Notice Type
Sources Sought
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
CS-20-0001
 
Response Due
6/24/2020 7:00:00 AM
 
Archive Date
07/09/2020
 
Point of Contact
Patrick K. Harris, Michael Hasty
 
E-Mail Address
patrick.k.harris11.civ@mail.mil, michael.l.hasty.civ@mail.mil
(patrick.k.harris11.civ@mail.mil, michael.l.hasty.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE FOR 3D PRINTER UPGRADE AND SERVICE CONTRACT INTRODUCTION The U.S. Army Medical Research Acquisition Activity (USAMRAA) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to provide upgrades, preventative maintenance, and consumables for an existing Stratasys 450MC Fused Deposition Modeling (3D) printer for the U.S. Army Medical Materiel Development Activity (USAMMDA) at Fort Detrick, Maryland.� The intention is to procure these services on a non-competitive basis. DISCLAIMER �THIS SOURCES SOUGHT NOTICE 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. �RESPONSES 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.� REQUIRED CAPABILITIES The Contractor shall provide services as outlined in the draft Performance Work Statement (PWS) 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; and 3) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 333249 with a Small Business Size Standard of $500. �The Product Service Code is 7050. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their 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, 30 June 2020. �All responses under this Sources Sought Notice must be e-mailed to christopher.m.sult.civ@mail.mil.� Total attachments must be less than 10MB to ensure successful transmission. �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) 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 PWS for the base period and all option periods. 6) 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. 7) 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. 8) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of one base period and four option periods with performance commencing in August 2020. �Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm-Fixed-Price (FFP).� The proposed contract is anticipated to include tasking that could 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 Notice, including any capabilities statement, shall be electronically submitted to the Contract Specialists, Christopher Sult and Patrick Harris, in either Microsoft Word or Portable Document Format (PDF), via email Christopher.m.sult.civ@mail.mil and patrick.k.harris11.civ@mail.mil. All data received in response to this Sources Sought Notice 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. 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 Notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b2a8f5edd68049e6bfe80259af47130f/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05693340-F 20200618/200616230211 (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.