|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,2000 PSA#2602Department of the Air Force, Air Education and Training Command,
Lackland AFB Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB,
TX, 78236-5253 J -- TO IDENTIFY SOURCES FOR PMI OF GOVERNMENT OWNED CLEAN AIR
CENTERS/FLOW ROOMS SOL Reference-Number-F41636-00-XXXXX DUE 060500 POC
Max de los Santos, Contract Specialist, Phone (210)671-1753, Fax
(210)671-1199, Email Max.delosSantos@lackland.af.mil -- Johnie Johnson,
Contracting Officer, Phone (210)671-1748, Fax (210)671-1199, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num
ber-F41636-00-XXXXX&LocID=466. E-MAIL: Max de los Santos,
Max.delosSantos@lackland.af.mil. Agency: United States Air Force
Office: Air Education and Training Command Location: Lackland AFB
Contracting Squadron, TX SOL: F41636-00-XXXXX Title: J-Maintenance,
repair and rebuilding of equipment. General Information Solicitation
Number: Sources Sought Posted Date: 15 May 00 Response Date: 05 Jun 00
Classification Code: J DESCRIPTION: This is a Sources Sought Notice
(not a presolicitation notice pursuant to FAR Part 5) to identify
sources that can provide Preventive Maintenance Inspections/Remedial
Maintenance and as needed parts and service for government-owned Clean
Air Centers/Flow Rooms, of various manufacturers. The 37th Contracting
Squadron (37 CONS), Lackland AFB, Texas anticipates such a requirement.
Some of the equipment subject for service is manufactured by the
following companies, NuAir, Sterilaire Medical, Froma Scientific, The
Baker Co., Johnson Labs, Becton Dickinson, Pure-Air Corp., Laminar Flow
Inc., and Contamination Con., to name a few. Potential sources must
provide written evidence that: (1) Service personnel to be utilized to
perform maintenance on installed systems have been trained on the
particular models of equipment and have a minimum of 12 months
experience servicing the particular models of equipment; or (2) have
been certified as a Certified Biomedical Equipment Technician (CBET) by
the Association for the Advancement of Medical Instrumentation (AAMI)
of Arlington Virginia and have a minimum of six (6) months experience
servicing the particular models of equipment listed; or (3) have an
Associate Degree in Biomedical Technology from an accredited school of
learning and twenty-four (24) months experience servicing the
particular models of equipment installed. Work will be performed in a
sterile hospital setting environment. Interested sources must be able
to provide a written commitment by the manufacturer of the equipment,
or by the OEM of the component parts, or by a company who manufactures
parts to the OEM specifications, to supply the interested source with
original equipment manufacturer's repair parts. This survey is to
determine the capability of potential sources and the availability of
commercial sources and services pursuant to FAR Part 10. This notice is
for information purposes only and does not constitute an Invitation for
Bid or Request for Proposal, and is not to be construed as a commitment
by the government. The Government will not reimburse contractors for
any cost incurred for their participation in this survey. Large and
small businesses are encouraged to participate in this survey.
Interested sources should submit responses to Max De Los Santos, 37
CONS/LGCBB, 1655 Selfridge Blvd., Lackland AFB, TX 78236. Responses
should contain Company name, Address, Point of Contact, Cage Code,
Phone number, FAX Number, Size of Business Pursuant to SIC Code 7699
(size standard $5 million), abbreviated credentials/resumes, and a
statement as to whether your company is domestically or foreign owned.
Responses may be submitted in electronic form or writing, but must be
received no later than 05 Jun 00. Posted 05/15/00 (D-SN454694).
(0136) Loren Data Corp. http://www.ld.com (SYN# 0061 20000517\J-0012.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|