Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2014 FBO #4738
SOURCES SOUGHT

Q -- Biomedical Equipment Repair/Calibration

Notice Date
11/12/2014
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
JBKACC-15-1002
 
Archive Date
12/2/2014
 
Point of Contact
Timothy Smith, Phone: 2016710792, Rosario Kinderknecht, Phone: 2106715906
 
E-Mail Address
timothy.smith.109@us.af.mil, rosario.kinderknecht@us.af.mil
(timothy.smith.109@us.af.mil, rosario.kinderknecht@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis only, (not a pre-solicitation notice pursuant to FAR Part 5). The purpose of this notice is to gain knowledge of potential qualified sources. Responses to this notice shall include the following: a) Company Name, b) Address, c) Cage Code, d) DUNS Number, e) Point of Contact, and f) any specific socioeconomic small business category (i.e. 8(a), HUBZONE, Women-Owned, Service-Disabled Veteran-Owned, etc.). In addition, the respondent must provide a Capability Statement that addresses the organization's qualifications and ability to support and perform as a prime contractor the work described below. Description: The contractor shall provide all labor, materials, parts, test equipment, tools, facilities, shipping and incidentals necessary to perform calibration and major repair or refurbishment services on a varying quantity of government owned precision test equipment at Wilford Hall Ambulatory Surgical Center (WHASC), Joint Base San Antonio (JBSA) Lackland, Texas. The contractor shall furnish and replace all parts to restore the equipment to a serviceable condition at no additional cost to the government. All provided will be Original Equipment Manufacturer (OEM) parts or parts manufactured to OEM specifications. Parts shall be new and compatible with existing equipment. The NAICS code of this procurement is 334515 and the size standard is 500 employees. This notice is neither a request for quotes nor a solicitation of offers. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is possible for the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this equipment/service. All information submitted should fully support the vendor's definite capability to provide the equipment/service required and shall be furnished at no cost or obligation to the Government. Verbal responses are not acceptable and shall not be considered. Any interested party requiring additional information may inquire with the below point of contacts (POC). This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for additional informational purposes only and does not constitute an Invitation for Bid (IFB) or Request for Proposal (RFP), and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. The Government reserves the right to decide whether or not a socioeconomic small business category set-aside or a small business set-aside is appropriate based on responses to this notice. Interested sources should submit responses to SSgt Timothy Smith at timothy.smith.109@us.af.mil. Additionally, any questions should be directed to SSgt Timothy Smith at timothy.smith.109@us.af.mil, (210)671-0792. Responses should contain the following: a) Company Name, b) Address, c) Cage Code, d) DUNS Number, e) Point of Contact, f) any specific socioeconomic small business category pursuant to NAICS code 334515, g) a brief resume of performance of similar services of the magnitude described above (include contact and phone number of projects listed), and h) a statement as to whether your organization is domestic or foreign owned. Responses must be received no later than 11:00 AM CDT, 17 November 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/JBKACC-15-1002/listing.html)
 
Place of Performance
Address: Joint Base San Antonio, San Antonio, Texas, United States
 
Record
SN03571691-W 20141114/141112234746-bbb0c150ff0f49ec56cdafd1aa9391f8 (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.