SOURCES SOUGHT
J -- Maintenance and Repair services for Smith X-ray system Model # HS-5030S installed at Mail Distribution Facility located in Fort Buchanan, Puerto Rico.
- Notice Date
- 7/2/2014
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- MICC - Fort Buchanan (RC), Bldg. 399, 218 Brook Street, Fort Buchanan, PR 00934-4206
- ZIP Code
- 00934-4206
- Solicitation Number
- W912C3-14-Q-018A
- Response Due
- 7/8/2014
- Archive Date
- 8/31/2014
- Point of Contact
- Jennifer Sarraga, 787-707-4574
- E-Mail Address
-
MICC - Fort Buchanan (RC)
(jennifer.r.sarraga@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS AND REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Mission and Installation Contracting - FORT BUCHANAN PUERTO RICO is in the process of determining the acquisition strategy for the service and maintenance of a Smith X-ray system Model # HS-5030S installed at Mail Distribution Facility. The contractor shall provide qualified maintenance technician to perform all labor needed to maintain service and repair the X-Ray security inspections systems at Fort Buchanan, in a manner that will ensure their serviceability and operation. This is a sources sought notice and request for information (RFI). This is not a formal solicitation. Any formal solicitation will be announced separately at a later time, if applicable. Please note that the solicitation number used for this sources sought is different from the one that will be used in the pre-solicitation notice. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by potential offeror or their employees regarding this requirement is strictly prohibited. The purpose of posting this RFI is to locate available vendors that can provide maintenance and repair services for Smith X-ray system Model # HS-5030S installed at Mail Distribution Facility. The summary of the services is as follows: The contractor shall perform recurring preventive maintenance on X-Ray equipment, IAW manufacturer's instructions. The contractor shall implement a planned preventive maintenance program, as approved by the COR, to help prevent and correct deficiencies with installed equipment, thus minimizing breakdowns and service interruptions, extending component life, and maximizing operating efficiency. The contractor shall notify the COR, and facility occupants before proceeding with any preventive maintenance. At the conclusion of preventive maintenance, those previously notified shall be further notified that the maintenance work is completed, and a service form will be signed by the facility Coordinator and then forwarded to the COR. 1.3.1Specifics of preventive maintenance and repairs. 1.3.1.1Preventive maintenance of equipment will be conducted IAW equipment installed manufacturer Maintenance Guide. 1.3.1.2Test and inspect all hardware and software 1.3.1.3Service response time within 36hrs 1.3.1.4Include replacement parts required to place system operational 1.3.1.524/7 Call Center support 1.3.1.6One annual preventive maintenance check, with a complete operational and calibration check/procedure performed 1.3.1.7One annual radiation survey 1.3.1.8Miscellaneous hardware will be inspected for proper operations, installation, connectivity, and adjustments of settings to operate at its full capabilities 24/7. 1.3.2Service specifics 1.3.2.1Allow for advance component replacement and repair of System components 1.3.2.2System components will be provided on an advance-replacement, freight pre-paid basis. 1.3.2.3Contractor should have in place an existing Technical Support Center available for customer and technicians via toll free telephone and/or instant email response. For the purpose of this contract, the TSC is responsible for coordinating the 24hrs Service Dispatch functions as well as providing technical support to the Maintenance Technicians. The TSC will also be capable of providing software support for the equipment currently in place. 1.3.2.4Provide informal end user system operational instructions and support in conjunctions with maintenance service visits to the site. The contractor will repair or replace parts or equipment with like models of similar or greater quality at no cost for the government for all equipment covered under this maintenance contract. In the event a minor add/move/change is needed, and the tasking requires less than 8 hours of man-time, the task will be eligible for coverage under the maintenance agreement. There will be an anticipated period of the contract is 1 August 2014 through 31 July 2015 with 2 one-year option periods. The resultant contract will be a firm fixed price requirements type contract. The tentative date for issuance of Request for Proposal is 7/8/2014 and the tentative date of receipt of proposals is 7/17/2014. The solicitation will be issued electronically and will be available for viewing at the following websites: the Army Single Face to Industry (ASFI) website at: https://acquisition.army.mil/asfi/ or FEDBIZOPPS.GOV at https://www.fbo.gov. Fort Buchanan is interested in obtaining information from industry that will help supporting a determination of the appropriate set aside category for the acquisition strategy. Both large business concerns and all categories of small business are encouraged to respond to this request. The North American Industry Classification System (NAICS) anticipated for this requirement is 811219 Other Electronic and Precision Equipment Repairs and Maintenance, and the applicable small business size standard for the selected NAICS is $19 Million. To support the set-aside decision, it is particularly important that potential small business concerns provide comments/input as follows: (1) If you are a Small Business that currently performs or has recently performed on contracts similar to the requirements described above, and you would plan to participate in a competitive solicitation situation for this procurement, please provide specific and relevant work experience in a capabilities statement/brief. Information should be sufficient to support your capability to perform these requirements and should include detailed references (contract number, dollar value, scope of services and point of contact with their telephone numbers and whether it was a Government or a Commercial type contract); (2) state your business size and approximate annual gross revenue (averaged over the past three years); (3) list the specific small business category (if applicable) for your company whether (a) Federally certified HUBZone Small Business; (b) Small Disadvantaged Business; (c) certified 8(a) Firm; (d) Woman-owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; or (g) other (explain); (4) provide your company's name, CAGE code, DUNS, address, point of contact, telephone number, and e-mail address; (5) and number of years you have been in business. We are also looking for input from industry relative to how this type of service is performed in the private sector in order to maximize the incorporation of commercial standards and practices where practicable. Responses are due in this office no later than 11:00 a.m. EST, on 7/8/14. Please send your capabilities statements and responses to this RFI via email directly to Jennifer R. Sarraga, Contract Specialist, at jennifer.r.sarraga.civ@mail.mil and carbon copy Ray Santana, Contracting Officer, at ray.santana.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f32454b78b2a2363dabec8a393bf8b2f)
- Place of Performance
- Address: MICC - Fort Buchanan (RC) Bldg. 399, 218 Brook Street, Fort Buchanan PR
- Zip Code: 00934-4206
- Zip Code: 00934-4206
- Record
- SN03414045-W 20140704/140703003938-f32454b78b2a2363dabec8a393bf8b2f (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 |