Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2021 SAM #7327
SOURCES SOUGHT

J -- Gemini X-ray Machine Maintenance

Notice Date
12/21/2021 7:00:26 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FY22SSGXM0001
 
Response Due
12/27/2021 7:00:00 AM
 
Point of Contact
Gerswin Zapata, Phone: 2406125631, Deborah A. Wright, Phone: 2406125636
 
E-Mail Address
gerswin.zapata@us.af.mil, deborah.wright.7@us.af.mil
(gerswin.zapata@us.af.mil, deborah.wright.7@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: �THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! �This notice does not constitute a commitment by the Government. �All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Notice ID number is FY22SSGXM0001 and shall be used to reference any written responses to this source sought. Joint Base Andrews anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 811219 - Other Electronic and Precision Equipment Repair and Maintenance. The size standard for NAICS is $22 Million. Requirement Summary: The requirement is for a non-personal service to provide preventative Machine maintenance, corrective repair, and certification of the Gemini X-ray Inspection System (S/N: G7555-1014) owned by US Air Force located at Joint Base Andrews. Gemini systems require regular maintenance services to sustain its operation and availability for use by the US Air Force. The contractor shall provide all personnel, transportation, tools, materials, supervision, and other items and non-personal services necessary to ensure proper operability and availability of the system for a 12 months base year and four option years. The start date for service is 5 Febuary 2022. Service shall include but is not limited to 24/7 technical support and (1) annual scheduled visit per year. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for this requirement. The Government is interested in any size business that is capable of meeting this requirement. �The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All responses must provide clear and concise documentation that indicates a potential vendor's bona fide capability to provide the service described above. Respondents must provide a capability statement that addresses their organization's qualifications, and the ability to perform the service as the prime contractor. All submitted information should fully support the vendor's definite capability and shall be provided at no cost to the Government. Submissions should contain the following: - Company Name, Address, POCs, Phone Number(s), E-mail Address(es), Cage Code - Brief resume of performance of similar services of the magnitude described. - Statement of whether the company is domestic or foreign owned - Size of business pursuant to NAICS code 811219; Business Size Standard $22 million Responses must be received no later than 10:00 AM (EST), 27 December 2021. Any potential vendors who are not capable of providing the services described please do not respond. Any potential vendors who may be interested in participating in a future acquisition for this requirement should respond to this Sources Sought notice by responding by contacting the POC�s listed below via e-mail. Telephone responses will not be accepted. SSgt Gerswin Zapata Gerswin.Zapata@us.af.mil TSgt Deborah Wright deborah.wright.7@us.af.mil Mr. James Himelrick james.himelrick.1@us.af.mil Please note: �All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. �The website for registration is www.sam.gov. Based upon the responses received, the Government will determine the solicitation medium and set-aside method for the procurement. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/048149fad13e4edf8502e99cb567881e/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN06203119-F 20211223/211221230120 (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.