|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,2000 PSA#25661940 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
|
|