Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2015 FBO #4831
SOURCES SOUGHT

67 -- Repair of FLIR Cameras

Notice Date
2/13/2015
 
Notice Type
Sources Sought
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
MICC - Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-15-Q-ES05
 
Response Due
2/17/2015
 
Archive Date
4/14/2015
 
Point of Contact
Eric J. Stephens, 912-767-2962
 
E-Mail Address
MICC - Fort Stewart
(eric.j.stephens.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the required services. THIS IS NOT A REQUEST FOR PROPOSAL. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. The Mission and Installation Contracting Command at Ft. Stewart, GA, have an anticipated requirement for BPA to quote mark Service Repair and upgrade FLIR cameras. These Cameras are used to accommodate Vehicle and aviation gunnery trainings. DPTMS Training Division currently has 10 THV 2000 or Similar Camera in service that may require inspection and repair over the next three years. Work must be performed by certified or licensed technicians permitted to service military grade hardware. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last three years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. Also how much of the effort may be subcontracted out to the equipment manufacturer. Responses shall be submitted by email to Eric Stephens at eric.j.stephens.civ@mail.mil with a copy furnished to Geral Baxter at h.g.baxter.civ@maily.mil. Responses must be received no later than 03:00PM (EST) on Thursday, 21 Aug 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0dc69348a157b68d9743e846e7b5144e)
 
Place of Performance
Address: MICC - Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
Zip Code: 31314-3322
 
Record
SN03642637-W 20150215/150213234944-0dc69348a157b68d9743e846e7b5144e (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.