Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOURCES SOUGHT

65 -- Sources Sought for Integrated Modular Medical Support Systems Furniture Acquisition

Notice Date
5/9/2007
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-07-R-0038
 
Response Due
5/21/2007
 
Archive Date
7/20/2007
 
Small Business Set-Aside
N/A
 
Description
The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC) has a $230 million requirement over the next five years for the provision of modular medical systems furniture, officially identified as Integrated Modular Medical Support Syst ems (IMMSS), and associated services to Government medical facilities throughout the Continental United States, District of Columbia, Alaska, Hawaii, U.S. territories and possessions, and various overseas locations. IMMSS is comprised of numerous modular furniture product lines which are reconfigurable and interchangeable, not only within each product line but also with all other product lines included in the IMMSS program. 'IMMSS' was initially developed and provided to the Government by Herman Miller fo r Healthcare under an expired negotiated Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with MEDCOM Contracting in 1996 and further provided to the Government under a follow-on sole source ID/IQ contract in 2005. The Government is currently perf orming market research to determine if there are other vendors who are capable of performing the IMMSS requirements. The results of the market research will aid the Government in developing its acquisition strategy for this procurement. An ID/IQ contract (s) with one base year ordering period and four one year options is anticipated under which firm fixed price task orders may be awarded for design, systems furniture, delivery/transportation, installation, maintenance, reconfiguration services, restorativ e services, panel fabric replacement services, clinical analysis services, extended project management services, inventory services, warehousing services, product orientation training, etc. It is also the Government's objective to provide maximum practica ble opportunities under this anticipated acquisition to qualified small business concerns, if available. As a result, if you are capable/qualified to perform the requirements identified within this announcement, you are invited to request a capability sta tement form from the Contract Specialist via email at Sarah.Annerton@hnd01.usace.army.mil. Upon receipt of a request, the Specialist will forward the capability statement form to the firm in order to complete and return to the Government's attention. All c ompleted capability statements received will be analyzed in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine if the pool of qualified interested firms is significant enough for a restric ted competition under the authority of any small business procurement program identified in FAR 19. If after review of all responses, the Government determines that there is not enough qualified firms to perform this requirement, the Government may solici t the acquisition as an unrestricted requirement to be procured under full and open competition procedures. If it is determined that no other source (whether small or large) is available to perform the full breadth of the requirements, the Government will seek a follow-on sole source contract with Herman Miller for Healthcare. This notice is issued solely for information and planning purposes only and does not constitute a solicitation. Responses to this notice will be used for informational purposes in order to determine capability of sources and serve as a supplementary market research tool. Responses will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested firms. Responders are solely responsible for all expenses associated with responding to this request for information. All capability statements must be received no later than 1600 central time 21 May 2007. Written inquires may be made to the Contract Specialist via email at Sarah.Annerton@hnd01.usace.army.mil.
 
Place of Performance
Address: varies - see description P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01290892-W 20070511/070509221751 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.