Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,2000 PSA#2566

1940 Allbrook Drive, Suite 3 Wright-Patterson AFB, OH, 45433-5309

J -- PREVENTATIVE AND REMEDIAL MAINTENANCE OF LABORATORY EQUIPMENT SOL F33601-00-B-0015 DUE 032900 POC Jackie Perkins,(937) 257-6145 Ext. 4215 WEB: 00B0015-Preventative and Remedial Maintenance of Laboratory, http://www.pixs.wpafb.af.mil/pixslibr/00B0015/00B0015.asp. E-MAIL: Jackie.Perkins@wpafb.af.mil, Jackie.Perkins@wpafb.af.mil. Background "Sources Sought Synopsis: THIS IS NOT A NOTICE OF RFP ISSUANCE. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 12. PLEASE NOTE THAT THE SUSPENSE DATE FOR SUBMISSION OF THE CAPABILITIES PACKAGES HAS BEEN EXTENDED UNTIL 29 MAR 2000. . The contractor shall provide all personnel, equipment, tools, parts, and supervision necessary to perform preventive and remedial maintenance, and calibration of servohydraulic testing systems, scanning electron microscopes, high temperature ovens, vacuum systems, and laboratory support equipment. The contractor shall also have the capability to relocate equipment in the laboratory. The contractor must be able to demonstrate to our complete satisfaction that they are fully aware of all factors involved in this service contract. To this end, the contractor must currently be doing business as a professional service provider covering preventive maintenance, remedial maintenance, calibration and must be able to document that: a. they have been engaged in the business as a professional service provider for at least three years b. they have successfully completed service contracts of this size and complexity within the last two years. (submit names and addresses of laboratories and a point of contact for each) c. they have the necessary equipment, personnel, and financial resources to fulfill the requirements of this contract d. they have the traceable calibration standards necessary to calibrate LVDT's, Load Cells, Temperature, and Vacuum. All sources capable of providing these services are being sought. In addition to the information provided below entitled ""Capabilities Package,"" responding parties must also indicate their size status in relation to the applicable Standard Industrial Classification (SIC) Code 7699 (size standard $5 Million). Sources should identify and address if they are a large, small, 8 (a), women owned, Hubzone or otherwise classified as a small disadvantaged business in their responses. Capabilities Package. PLEASE ADDRESS ALL AREAS. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing all of the above mentioned services. Contractor is required to provide all management and labor required for the operation and management of the functions listed. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Previous experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 single-spaced, 10 point type pages. Submit capabilities packages and routine inquiries concerning the sources sought to ATTN: Jackie Perkins, ASC/PKWOV, Bldg. 1, 1940 Allbrook Dr., Suite 3, Wright Patterson AFB OH, 45433-5309. Thissources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 22 MARCH 2000. Direct all questions to the attention of Jackie Perkins at 937-257-6145, ext. 4215. " Posted 03/24/00 (D-SN437859). (0084)

Loren Data Corp. http://www.ld.com (SYN# 0032 20000328\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page