Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
SOURCES SOUGHT

J -- Fort Leonard Wood Mass Notification Systems

Notice Date
1/26/2024 6:17:18 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
 
ZIP Code
65473-0140
 
Solicitation Number
W911S724R0007
 
Response Due
2/19/2024 2:00:00 PM
 
Archive Date
03/05/2024
 
Point of Contact
Jose Morales-Berrios, Phone: 5735960269, Fax: 5735960267
 
E-Mail Address
jose.e.morales-berrios.civ@army.mil
(jose.e.morales-berrios.civ@army.mil)
 
Description
INTRODUCTION Mission and Installation Contracting Command (MICC), Fort Leonard Wood, MO is issuing a Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement of mass notification systems maintenance and repair services to be conducted at various facilities in Fort Leonard Wood. The intention is to procure these services on a competitive basis. The Directorate of Public Works (DPW), will host a site visit, but specific date and time information will be provided on the solicitation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and single awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location: Fort Leonard Wood, MO;100% On-Site Government; 0% Off Site Contractor DISCLAIMER �THIS SOURCES SOUGHT 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. RESPPONSES 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 objective of this contract is to support mission accomplishment by providing complete and full preventative maintenance, service call response, repairs, testing/inspections and record keeping on all mass notification indoor little voice equipment identified to receive mass notification system services and service call work on indoor public announcement (PA)/ intercom systems under this contract. The contractor shall furnish all personnel, labor, equipment, supplies, transportation, tools, materials, supervision and other items necessary to provide full preventative maintenance and repair services on the mass notification indoor little voice and PA/ intercom systems at FLW, MO. Performance shall be in accordance with the standards contained herein and current local, state, and federal regulations. 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 to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ELIGIBILITY The applicable NAICS code for this requirement is 811210 with a Small Business Size Standard of $34,000,000. The Federal Supply Schedule (FSC) is J063. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PSW) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement. The deadline for response to this request is no later than 4 pm, CST, 19 February 2024. All responses under this Sources Sought Notice must be e-mailed to zackery.m.zakhireh.civ@army.mil. The estimated period of performance consists of one (1) base year and four (4) option years, with performance commencing around October 2024. The contract type is anticipated to be Firm Fixed Price. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist Zackery Zakhireh @ zackery.m.zakhireh.civ@army.mil All data received in response to this Sources Sought 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. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise because of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/641a3f6cb26e45f582b54146a768042d/view)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473, USA
Zip Code: 65473
Country: USA
 
Record
SN06947207-F 20240128/240126230048 (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.