SOURCES SOUGHT
J -- Calibration and Repair of Radiac Instruments
- Notice Date
- 5/3/2013
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-13-T-0148
- Response Due
- 5/10/2013
- Archive Date
- 7/2/2013
- Point of Contact
- Amy Bozzard, 443-861-4746
- E-Mail Address
-
ACC-APG - Installation Division
(amy.m.bozzard.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: The U.S. Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division located at Aberdeen Proving Ground, MD, is seeking information on small business sources that can provide commercial and industrial equipment rental services to support the Aberdeen Test Center (ATC) mission and projects. This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the small business community who can support the requirement. The North American Industry Classification (NAICS) Code for this requirement is 811219. Please identify your company's small business size standard on the applicable NAICS code of $19.0 million. SCOPE: This is non-personal services contract to provide calibration and repair of government owned radiac instruments to support the Aberdeen Test Center (ATC). The Government shall not exercise any supervision or control over the contract service provider performing the services. The Contractor shall provide all personnel, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to provide calibration and repair services for Government owned radiac instruments. SUBMISSION INSTRUCTIONS: If you believe your firm qualifies as a small business under the aforementioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the work specified in the draft Performance Work Statement (PWS), please submit a technical capability statement including the following information: (1) company name and mailing address; (2) point of contact (name, telephone number, and e-mail address); (3) socio-economic status (small business, small disadvantaged business, women-owned business, veteran-owned business, etc.); (4) brief statement describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14(b)(1)(i.e. - a single small business or an affiliation and/or team of small businesses) (Note: If more than one firm is contemplated, identify the socio-economic status of each and identify which aspects of the draft PWS will be performed by each firm); (5) number of employees; (6) a brief summary of your company's experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement outlined in the draft PWS. Each company experience (Government or commercial) should include (a) name of the project, (b) a brief description of the project, (c) the contract or project number, (d) the dollar value of the contract/project, (e) the relevance of the contract/project to requirements in the draft PWS. Technical capability statements can be submitted in your own format and shall be 5 pages or less. The PWS is currently in a DRAFT format - if you would like to comment on the PWS, please include comments in the submittal. Again this announcement is being used solely to determine if sufficient small business capability exists to set aside this acquisition for small businesses. THIS IS NOT A REQUEST FOR PROPOSALS NOR IS THE TECHNICAL CAPABILITY STATEMENT CONSIDERED TO BE A PROPOSAL. Large businesses should not response to this announcement but may consider teaming with a small business or team of small businesses. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information. Please send information via email to Ms. Amy Bozzard at amy.m.bozzard.civ@mail.mil by 10 May 2013, 10 a.m. Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e430b2f5744d28360a6d2d9d46899ac0)
- Place of Performance
- Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03052515-W 20130505/130503234609-e430b2f5744d28360a6d2d9d46899ac0 (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 |