Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SOLICITATION NOTICE

J -- FY24 Electronic Security Systems

Notice Date
6/24/2024 6:45:32 AM
 
Notice Type
Solicitation
 
NAICS
811210 —
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ24R0022
 
Response Due
7/15/2024 10:00:00 AM
 
Archive Date
07/30/2024
 
Point of Contact
Tameka Crockett, Phone: 6016346694, LaShanda Areghan
 
E-Mail Address
Tameka.L.Crockett@usace.army.mil, lashanda.d.areghan@usace.army.mil
(Tameka.L.Crockett@usace.army.mil, lashanda.d.areghan@usace.army.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
The U.S. Army Engineering Research and Development Center (ERDC) has a requirement to maintain its current ESS at all locations. Historically these maintenance services have been provided through existing procurement and installation contracts; however, as the primary scope of work for this contract is for the procurement and installation of the systems, the contract structure does not support timely and cost efficient execution of maintenance, service and repair efforts. Any necessary repair outside of this routine maintenance and service has required a contract action. During this process, the system may be partially or completely inoperable. This process also resulted in additional costs. A maintenance and service contract vehicle based on a work order/ service order methodology is required to successfully meet requirements. Under this proposed maintenance and services acquisition, the contractor will provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform ERDC-wide maintenance and service for the systems listed above. These services include those actions required to preserve and maintain the systems in such a condition that they may be effectively used for their designated functional purpose. The contractor must have the capability to respond to multiple requests for work at diverse locations. These locations are all within the Continental United States (CONUS).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7eedab0ab5ca4591b5692e1c9848c855/view)
 
Place of Performance
Address: Vicksburg, MS, USA
Country: USA
 
Record
SN07105407-F 20240626/240624230114 (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.