SOURCES SOUGHT
J -- ERDC EQUIPMENT MAINTENANCE - Scope of Work
- Notice Date
- 2/26/2014
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
- ZIP Code
- 30308
- Solicitation Number
- ID04140023
- Archive Date
- 4/2/2014
- Point of Contact
- Mildred T. Burress, Phone: (769) 203-9309, Gloria D Munroe, Phone: (601)634-7508
- E-Mail Address
-
mildred.burress@gsa.gov, gloria.munroe@gsa.gov
(mildred.burress@gsa.gov, gloria.munroe@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Technical Exhibits 3-1 thru 3-8 (Scope of Work) To: Prospective Offerors From: General Services Administration Subject: Request for Information (RFI) ERDC Equipment Maintenance Responses Due: March 18, 2014 NLT 11:00 am Eastern Time. Please submit your responses to this RFI # ERDC Equipment Maintenance via email to Mildred Burress at mildred.burress@gsa.gov and Gloria Munroe at gloria.munroe@gsa.gov. The General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services Division (AASD), on behalf of the US Army Engineer Research and Development Center (ERDC), DoD Super Computing Resource Center (DSRC), is issuing this RFI to identify contractors capable of providing Inspection, Testing, Maintenance and repair services for the ERDC Equipment located at the US Army Corps of Engineers, Information Technology Laboratory located in Vicksburg, MS. This requirement will include preventive maintenance and remedial maintenance. See attachment for Technical Exhibits 3-1 thru 3-8 for equipment and scope of work. This combined sources sought/market survey synopsis is for information and planning purposes only, and seeking interested firms. There is no commitment by the Government to issue a solicitation as a result of this RFI. In accordance with FAR 12.202, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Responses may be evaluated by Government technical experts drawn from staff within GSA/ERDC personnel. Responders are encouraged to avoid use of excessive marketing brochures, and other unnecessary sales literature. GOAL: The goal of this RFI is to establish a qualified source list of contractors that is capable of meeting the ERDC’s requirements. GSA anticipates awarding ONLY one (1) contract for these services. All services listed in the Technical Exhibits will have varying Periods Of Performances and will be phased into this contract upon expiration of the current support. HOW TO RESPOND: The Government would like to know what firms can provide all the services for this contemplated requirement by identifying themselves and responding to this RFI. The Government requests the following information: 1. Company name, DUNS number, cage code, and business size. NOTE: If a formal solicitation and award is made from this request for information, Large Businesses will be required to provide a Subcontracting Plan with their proposal. Small Businesses will be required to provide evidence of capability to perform 51% of the services themselves. 2. Recommended/suitable North American Industry Classification Systems (NAICS) code(s). 3. Provide evidence to show that your company can provide the requested equipment/services (i.e. technical ability, personnel, experience). Do not exceed 10 pages. All submissions shall be unclassified. Evidence of your company being an authorized mfg service representative or; if not an authorized service provider, include in your response the capability to provide evidence of a subcontract agreement with companies that are authorized mfg service representatives. 4. Address whether your company has a GSA Schedule and capable of providing these services/supplies on schedule. And if able to provide the services on schedule, what schedule and SIN. 5. Any other assumptions, comments, concerns, and/or questions relating to the contemplated services. 6. Whether or not your firm is registered in GSA IT-Solution Shop (ITSS). WHAT SHOULD BE INCLUDED IN YOUR RESPONSE: 1. Do submit capability statements 2. Do submit confirmation whether Offeror can provide services identified in attachments. 3. Do submit comments, responses or questions that address ERDC’s requirements, assumptions, conditions or contemplated approaches to this future acquisition. WHAT SHOULD NOT BE INCLUDED IN YOUR RESPONSE? 1. Do not submit past performance information or general descriptions of corporate experience. 2. Do not submit requests to be considered for award or to be notified of a future solicitation. 3. Do not submit requests to be added to a mailing list or distribution list. 4. Do not submit questions or comments not related to this RFI. 5. Do not respond via telephone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5e437d8166bb555ba12e03ac2349e6b2)
- Place of Performance
- Address: US Army Engineer Research and Development Center, Information Technology Lab. (ITL), 1165 Porters Chapel Road, Vicksburg, Mississippi, 39081, United States
- Zip Code: 39081
- Zip Code: 39081
- Record
- SN03297209-W 20140228/140226234431-5e437d8166bb555ba12e03ac2349e6b2 (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 |