SPECIAL NOTICE
J -- X-Ray Machine and Maintenance Service
- Notice Date
- 8/9/2022 12:52:56 PM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 0410 AQ HQ CONTRACT FORT SAM HOUSTON TX 78234-5046 USA
- ZIP Code
- 78234-5046
- Solicitation Number
- W912CL-22-Q-0300
- Response Due
- 8/11/2022 12:00:00 PM
- Point of Contact
- Anquanette Figueroa, Marlene Barretto
- E-Mail Address
-
anquanette.l.figueroa.civ@army.mil, marlene.g.barretto.civ@army.mil
(anquanette.l.figueroa.civ@army.mil, marlene.g.barretto.civ@army.mil)
- Description
- The 410th Contracting Support Brigade, Regional Contracting Center Americas, 4130 Stanley Road, Suite 320, JBSA Fort Sam Houston, TX intends to solicit and award a sole source contract to Rapiscan Systems, Inc., 2805 Columbia Street, Torrance, CA 90503. The Federal Acquisition Regulation (FAR) authority which permits other than full and open competition for this acquisition is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. The Government is currently in need of procuring preventive maintenance and training services for two (2) baggage X-ray scanner equipment items (Make: RAPISCAN Model 618XR and replacement system to RAPISCAN Model 522B) located in BLDG 1000 Fort Sam Houston, Texas.� U.S. Army South (ARSOUTH) is an Army Service Component Command (ASCC)�and jointly staffed Department of Defense (DOD) activity responsible for the oversight�and conduct of unified land operations in the U.S. Southern Command�(USSOUTHCOM) Area of Responsibility (AOR). Baggage X-ray machine installation,�maintenance and training are required to maintain serviceable equipment to screen�personnel and packages that enter ARSOUTH operational facilities. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541380 � X-ray inspection services, with a small business standard size of $16.5 M. This is NOT a request for competitive proposals, bids, or quotes and a Request for Proposal will not be issued. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether or not conducting a competitive procurement is in the best interest of the Government. All responses received by 2:00 PM CDT on 11 Aug 22 will be considered by the Government. Interested firms are invited to submit a response in the form of a Statement of Capability (SOC) which, if received by the response date of this notice, shall be considered by the agency. Submission of any of the documents shall be at the contractor's expense. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing a capabilities package will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, business size in relation to NAICS 541380, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women -owned small business. Note: If any portion of this requirement results in a small business set aside, that portion shall be performed in accordance with FAR 52.219-14, Limitations on Subcontracting, which requires a small business firm to perform at least 50% of the total requirement using employees within its own company. Verbal responses are not acceptable and will not be considered. Responses/questions shall be submitted electronically to Anquanette Figueroa at anquanette.l.figueroa.civ@army.mil or Marlene Barretto at marlene.g.barretto.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/88babcf7ce544f8ab0349b7a6c4d02dc/view)
- Place of Performance
- Address: JBSA Ft Sam Houston, TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN06419013-F 20220811/220809230115 (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 |