Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2022 SAM #7460
SOURCES SOUGHT

J -- Edstrom Watchdog System and Viewport Vivarium System

Notice Date
5/2/2022 6:31:34 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
USAISRWATCHDOG
 
Response Due
5/5/2022 7:00:00 AM
 
Archive Date
05/06/2022
 
Point of Contact
Lindsey Arthur, Justin Pickett
 
E-Mail Address
lindsey.b.arthur2.civ@mail.mil, justin.h.pickett.civ@mail.mil
(lindsey.b.arthur2.civ@mail.mil, justin.h.pickett.civ@mail.mil)
 
Description
The U.S Army Medical Research Acquisition Activity (USAMRAA) in support of the US Army Institute of Surgical Research (USAISR) is seeking information in the form of capabilities statements from vendors with the capability to perform preventative maintenance and repair on the Edstrom Watchdog System and Viewport Vivarium System.� The Edstrom Watchdog monitors animal environment, delivers water and provides access control on all animal rooms to ensure the safety of our animals as well as our research. Viewport oversees the tasks performed in the animal rooms as well as allowing adjustment to water supply in the animal rooms which is critical to the animal�s well?being. System for Award Management (SAM) registration is mandatory (www.sam.gov). It is anticipated that the type of contract will be a Firm Fixed Price. This RFI is issued for informational and planning purposes only. �Contact with Government personnel, other than those specified in the RFI, by potential vendors or their employee�s regarding this requirement is not permitted.� This is not a Request for Proposal (RFP).�� It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI, will be used within USAMRAA to facilitate decision making and will not be disclosed outside of USAMRAA. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Responses to this RFI shall include the appropriate contract vehicle information, such as type of contract vehicle, business size, NAICS Code. This RFI is for fact finding and planning purposes only. You are encouraged to inform the Government of any barriers that would prohibit them from competing.� If the information provided contains propriety information, such information must be identified with appropriate disclaimers. At a minimum, the following additional information is requested: (1) Capability Statement; (2) Company Cage Code, DUNS, SAM registered, name, address, point of contact and their telephone number and e-mail address; (3) Approximate annual gross revenue; (4) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); and (5) Indicate which NAICS code(s) your company usually performs under for Government contracts. If your company is capable of providing the requirements described above, please provide a Capability Statement to Ms. Lindsey Arthur, lindsey.b.arthur2.civ@mail.mil, and Mr. Justin Pickett, justin.h.pickett.civ@mail.mil. �Please do not respond with generic material only such as brochures, advertisements or other generic material is highly discouraged. The U.S Army Medical Research Acquisition Activity (USAMRAA) in support of the US Army Institute of Surgical Research (USAISR) is seeking information in the form of capabilities statements from vendors with the capability to perform preventative maintenance and repair on the Edstrom Watchdog System and Viewport Vivarium System.� The Edstrom Watchdog monitors animal environment, delivers water and provides access control on all animal rooms to ensure the safety of our animals as well as our research. Viewport oversees the tasks performed in the animal rooms as well as allowing adjustment to water supply in the animal rooms which is critical to the animal�s well?being. System for Award Management (SAM) registration is mandatory (www.sam.gov). It is anticipated that the type of contract will be a Firm Fixed Price. This RFI is issued for informational and planning purposes only. �Contact with Government personnel, other than those specified in the RFI, by potential vendors or their employee�s regarding this requirement is not permitted.� This is not a Request for Proposal (RFP).�� It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI, will be used within USAMRAA to facilitate decision making and will not be disclosed outside of USAMRAA. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Responses to this RFI shall include the appropriate contract vehicle information, such as type of contract vehicle, business size, NAICS Code. This RFI is for fact finding and planning purposes only. You are encouraged to inform the Government of any barriers that would prohibit them from competing.� If the information provided contains propriety information, such information must be identified with appropriate disclaimers. At a minimum, the following additional information is requested: (1) Capability Statement; (2) Company Cage Code, DUNS, SAM registered, name, address, point of contact and their telephone number and e-mail address; (3) Approximate annual gross revenue; (4) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); and (5) Indicate which NAICS code(s) your company usually performs under for Government contracts. If your company is capable of providing the requirements described above, please provide a Capability Statement to Ms. Lindsey Arthur, lindsey.b.arthur2.civ@mail.mil, and Mr. Justin Pickett, justin.h.pickett.civ@mail.mil. �Please do not respond with generic material only such as brochures, advertisements or other generic material is highly discouraged. A response to this RFI must be provided no later than (NLT) 5 May 2022 at 10:00am Eastern Time. No extensions will be granted.�� THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. A response to this RFI must be provided no later than (NLT) 5 May 2022 at 10:00am Eastern Time. No extensions will be granted.�� THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d79ec33095949b5a540ea78fa5be1d5/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234-7767, USA
Zip Code: 78234-7767
Country: USA
 
Record
SN06314551-F 20220504/220502230059 (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.