SOURCES SOUGHT
J -- Water Blast System Service, Repair, & Training
- Notice Date
- 11/12/2025 7:02:54 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W6QK LAD CONTR OFF CHAMBERSBURG PA 17201-4150 USA
- ZIP Code
- 17201-4150
- Solicitation Number
- W911N2-26-Q-A011
- Response Due
- 11/20/2025 10:00:00 AM
- Archive Date
- 12/05/2025
- Point of Contact
- Jeffrey Morton, Phone: 7172678036
- E-Mail Address
-
jeffrey.l.morton2.civ@army.mil
(jeffrey.l.morton2.civ@army.mil)
- Description
- SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) FOR Water Blast System Service, Repair, and Training at Letterkenny Army Depot (LEAD) The Government intends to award a commercial, single, Firm Fixed Price, sole source, service requirements contract no later than 21 June 2026 and will use the results of this request to develop its acquisition strategy. All information submitted will be held in a confidential status. The Army Contracting Command, Redstone Arsenal � Letterkenny Army Depot (ACC-RSA-LEAD) is issuing this Request for Information (RFI) and Source Sought announcement to gain information from industry and seek sources capable of and interested in the maintenance, repairs, and training of a CESCO water blast system. The purpose of providing this information is to conduct Market Research and identify interested sources capable of procuring firm fixed price maintenance, repairs, and training of a CESCO water blast system. A draft copy of the Performance Work Statement (PWS) is attached. Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://sam.gov. Eligibility: At this point, the Government requests the response from all interested capable businesses and the applicable NAICS for this requirement is 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $12,500,000.00. At this time, the Government has made no decisions about whether a full and open competition will occur. Upon receipt of all responses to this notice, the Government will determine its path forward. Capabilities Statement and additional Information and Submission Details REQUESTED INFORMATION: Please provide a Capabilities Statement, which must address the following items: 1. Is your company able to provide a firm fixed price for maintenance, repairs, and training of a CESCO water blast booth and system? 2. Do you have experience performing these services? Describe the type of work your company performed in the past in support of the same or similar requirements? Describe your ability to meet the requirements in the draft PWS. 3. How long would you need to accomplish this requirement? 4. Please identify other Government Agencies for whom you have performed similar work in the past. What contract vehicle(s) were utilized for those contracts? Please provide contract numbers and Government POCs contracts? List any lessons learned or best business practices found. 5. What obstacles or hindrances did you encounter while performing similar work on past contracts? List any lessons learned or best business practices found. 6. If awarded a contract, how many calendar days following an award would it take your firm to begin providing the services and begin performance? 7. What experience do you have working on the CESCO systems? 8. Does your company currently possess the capabilities to perform all the tasks for the required work internally? If not, what areas may require accomplishment with teaming arrangements and subcontracting? 9. Please provide any general questions or clarifications regarding this requirement. 10. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 Limitations on Subcontracting, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the requirement. 11. If applicable, indicate whether you qualify as a Small, Small Disadvantaged, 8(a) Small Business, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern and provide your documentary proof from the Small Business Administration. 12. Please supply your SAM reps and certs as well as your SBA Profile. Please offer recommendations to improve the technical specifications and draft PWS. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. The Government appreciates your answers and feedback and welcomes any questions you have. If your firm is capable of requirements described in this RFI, please provide a Capability Statement to Mr. Jeffrey Morton at Jeffrey.l.morton2.civ@army.mil, no later than 20 November 2025, 1:00 P.M. Eastern Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6ff1d2f103e74b118018ff7bd87ff525/view)
- Place of Performance
- Address: Chambersburg, PA 17201, USA
- Zip Code: 17201
- Country: USA
- Zip Code: 17201
- Record
- SN07640316-F 20251114/251112230043 (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 |