Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOURCES SOUGHT

J -- Sources Sought for Electrical and Mechanical Shop Equipment Maintenance

Notice Date
6/17/2014
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0454
 
Response Due
7/1/2014
 
Archive Date
8/16/2014
 
Point of Contact
Anthony K. Pylant, 443-861-4756
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(anthony.k.pylant.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Announcement and request for information only. This is not a Request for Proposals and does not constitute a commitment, implied or otherwise, that the Government will take procurement action on this matter. Requests for a solicitation will not receive a response. The Government will not be responsible for any cost incurred in furnishing information provided under this Sources Sought Announcement. Responses will assist the Government in determining potential responsible sources and to determine the technical capability of the domestic production base. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the community who can support the requirement. The North American Industry Classification (NAICS) Code of this requirement is 811310. Please identify your company's size standard on the applicable NAICS code of $7.0 million. Scope: This is a non-personal services contract to provide preventative maintenance and repairs necessary to keep the units described in the equipment listed above in original equipment manufacturers' standard product specifications. The Government shall not exercise any supervision or control over the contract service provider performing the services. The contractor shall provide all personal, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to provide calibration and repair for Government owned instruments. Description: The U.S. Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division is seeking information on potential sources than can provide onsite preventative maintenance, calibration, and repair services to keep the units described in the equipment list below in original equipment manufacturers (OEM) operating condition. Calibration services shall be in accordance with NIST standards. EQUIPMENT FOR SERVICE CONTRACT 1.Dynasty 700, s/n 2J3501776. 2.Syncrowave 351, s/n KH427402. 3.Dynasty 350, s/n MD310388L 4.350P, s/n LF071331. 5.Tote Weld Acetylene bottles, Oxygen bottle, Refill and Hydrostatic Test as needed. 6.Misc. gas accessories and gases (hoses, gages, torches, valves, safety curtains, etc.) Refill and Hydrostatic Test as needed 7.Dynasty 200, s/n MA240045L. 8.Spectrum 2050, s/n KK002209 9.Dynasty 700 s/n LJ3501766. 10.Soyer BMS-690 Stud Welding Machine S/N 06680 with Type PSI Stud Gun. 11.350P, s/n MA110025B 12.Welder Miller Syncrowave 300-STK #902424-01-1 US Tag 06-07-015079, S/N JH246087. 13.Shielding and Cutting Gases. 14.Safety equipment and accessories 15.Manifolds and gas handling equipment. Machinery as listed includes all accessories attached to existing equipment. Miscellaneous shop accessories such as hoses, gages, torches, valves, safety curtains, metal grinders, tungsten grinders and power tools shall be included in the contract. SUBMISSION INSTRUCTIONS: If you believe your firm 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, large 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 socioeconomic 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 there are potential vendors capable of providing the services. No reimbursement will be made for any costs associated with providing the information in response to this synopsis or any follow-on information. THIS IS NOT A REQUEST FOR PROPOSALS NOR IS THE TECHNICAL CAPABILITY STATEMENT CONSIDERED TO BE A PROPOSAL. Please send information via email to SSG Anthony K.Pylant at anthony.k.pylant.mil@mail.mil by 24 June 2014, 10 a.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8486a26a32436ed922b32b5113422c3a)
 
Record
SN03397169-W 20140619/140617234933-8486a26a32436ed922b32b5113422c3a (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.