Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOURCES SOUGHT

99 -- Purchase of New Rapiscan X-Ray Machines

Notice Date
5/29/2024 11:26:05 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DCSO-RICHMOND DIVISION #3 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP4705-24-Q-XRAYMACH
 
Response Due
6/5/2024 11:00:00 AM
 
Archive Date
06/20/2024
 
Point of Contact
Beverly J. Williams, Phone: 5713638878, James K. Simms
 
E-Mail Address
beverly.j.williams@dla.mil, James.K.Simms@dla.mil
(beverly.j.williams@dla.mil, James.K.Simms@dla.mil)
 
Description
Sources Sought SP4705-24-Q-XRAYMACH 29 May 2024 through 5 June 2024. PREAMBLE: THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) ONLY. This Sources Sought is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ), a Request for Proposal (RFP), Invitation for Bid (IFB), or a promise to issue an RFQ/RFP/IFB in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this RFI should not anticipate feedback with regard to their submission. The information provided in this RFI is subject to change and is not binding on the Government. Additionally, the Defense Contracting Service Office (DCSO-R3) is not seeking quotes/proposals at this time and�will not accept quotes/proposals at this time. Interested parties are advised the U.S. Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding to this posting will be solely at the interested party's expense. Not responding to this posting does not preclude participation in any future RFQ/RFP, if one is issued. It is the responsibility of the potential offerors to monitor for additional information pertaining to this requirement. The objective of this acquisition is to provide x-ray screening to all personnel gaining access to the DLA Headquarters.� The contractor is to procure and deliver six (6) new x-ray machines (Name Brand-RAPISCAN or Equal) inclusive of a one (1) year warranty contract, from day and training. Four (4) of the new x-ray machines (922CX, 920CX, 627XR, and 632DV) will be delivered to DLA Headquarters location and two (2) new x-ray machine (920CX and 922CX) will be delivered to DTRA Headquarters location. The warranty must cover all six (6) machines from the day of shipment, for the one-year period of performance.� Below are the Manufacturing Part/Item Numbers, Purchased Year and Current Location of all eight (8) existing Machines: ** REQUEST FOR INFORMATION ONLY ** QUOTES WILL NOT BE ACCEPTED AT THIS TIME. ** Interested parties are requested to respond to this Sources Sought posted to System for Award Management (SAM) https://www.sam.gov/. Indicate if your company registered in the System for Award Management (SAM) https://www.sam.gov/. �All interested parties capable of providing this support must provide a capabilities statement that includes the following: Company name Government contract numbers that relate to this requirement, as applicable Socioeconomic status(es) CAGE code Unique Entity ID number DUNS number Size of business relative to NAICS code Mailing address Name, telephone number, and e-mail address for primary point of contact (POC) with the authority and knowledge to clarify responses with government representatives and that can verify the demonstrated capabilities. ����������Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS)�code 334519, Other Measuring and Controlling Device Manufacturing. Contractors are cautioned, however, this is a general description only. Please refer to Federal Acquisition Regulation�FAR 19�for additional detailed information on Small Business Size Standards. ����������Relevant Government contract experience identified through Government contract number, if available, in providing program management and execution support to reform initiatives across the DLA enterprise. Interested parties who consider themselves qualified are invited to submit a response to this Sources Sought Notice by 2:00 PM. (EST), Wednesday, June 5, 2024.� Responses shall be�limited to 3 pages�and submitted only via email. All responses under this Sources Sought Notice must be emailed to Beverly J. Williams at Beverly.j.williams@dla.mil.� In the subject line, please include the referenced number:� SP4705-24Q-XRAYMACH. The Government will not provide a debriefing on the results of this survey.� All information will be held in a confidential manner and will only be used for the purposes intended.� NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will be not be issued to any respondent. In accordance with FAR 3.104-4, mark material that may be source selection information. Source selection information shall be marked with the legend �Source Selection Information � See FAR 2.101 and 3.104.� This includes the quoter�s cover page and EACH page that may contain source selection information. Any information provided by industry to the government as a result of this sources sought is strictly voluntary. Responses will not be returned. As a reminder, no entitlements to�payment of any direct or indirect costs or changes to the government will arise as a result�of vendor submission of responses or the government�s use of such information. The�information obtained from industry responses to this notice may be used in the�development of an acquisition strategy and a future solicitation, if applicable. The limit for all�responses is three (3)�pages,�single-sided, in Microsoft Word or Adobe PDF format with a�minimum of 10-point font on an 8.5 x 11 page with margins of 1�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/440b6ca8af6141fb82fa347dd42e136a/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN07080233-F 20240531/240529230100 (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.