Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2021 SAM #7102
SOURCES SOUGHT

J -- Annual Preventive Maintenance

Notice Date
5/10/2021 2:18:00 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
W81K00-21-Q-0142
 
Response Due
5/20/2021 10:00:00 AM
 
Archive Date
06/04/2021
 
Point of Contact
Kathy Clayton, Phone: 2105398663
 
E-Mail Address
kathy.g.clayton.civ@mail.mil
(kathy.g.clayton.civ@mail.mil)
 
Description
The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to determine if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Size Standard is $22 million. The Government will use this information to determine the best acquisition strategy for this procurement. The Regional Health Contracting Office - Central, Fort Sam Houston, Texas, is seeking potential sources to provide Annual Preventive Maintenance for Amega View/View Point Annual Temperature Monitoring and Mapping Validation system to include 20 Gateways, 20 Dialers, 15 Net Repeaters, 7 Repeaters, 490 Inputs, 552 total devices covered; located at the Brooke Army Medical Center (BAMC). All responsible sources may submit a capability statement, which shall be considered by the agency before the intended award date. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. In order for the Government to consider another source, the capability statement must identify the source's ability to meet the following requirements: Must be able to provide all the services previously listed to include travel and labor. Must include original equipment manufacturer (OEM), parts and materials (excluding user consumables supplies) Must be able to provide OEM authorized field modifications (FM) and use individual tools and test equipment required to service the system and components. Must be able to provide OEM specified modifications and software upgrades. Must be able to provide/maintain the D-Flow Software latest version to include updates for the life of the contract. The Period of Performance (POP) will consist of (1) base period of 1 June 2021 to 31 May 2022, plus one option year, 1 June 2022 to 31 May 2023. Contractors responding to this sources sought notice are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to kathy.g.clayton.civ@mail.mil by the date identified below. Contractor responses should include: The size of your business with regard to North American Industry Classification System (NAICS) code 811219 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at https://www.acquisition.gov/browse/index/far). Company name, DUNS, CAGE, Contact information. Submit no later than 10:00 AM Central Time 21 May 2021. Contracting Office Address: Regional Health Contracting Office-Central 3851 Roger Brooke Drive BLDG 1103 Joint Base San Antonio � ort Sam Houston, TX 78234-6200 Place of Performance San Antonio Medical Military Center (SAMMC) Fort Sam Houston, Texas 78234-4504 Point of Contact(s): Kathy Clayton, 210-539-8663
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1d01b2fe09284cd7bd1b4216a6f65f68/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN05997216-F 20210512/210511201423 (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.