SOLICITATION NOTICE
H -- Di-Electric Testing
- Notice Date
- 11/22/2019 3:15:35 PM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-20-Q-0001
- Response Due
- 11/26/2019 2:00:00 PM
- Archive Date
- 12/11/2019
- Point of Contact
- Kylene Yamauchi, Phone: 18086560941, Liane Leong, Phone: 18086560985
- E-Mail Address
-
kylene.k.yamauchi.civ@mail.mil, liane.leong.civ@mail.mil
(kylene.k.yamauchi.civ@mail.mil, liane.leong.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1) The Army Contracting Command, 413th Contract Support Brigade (CSB), Regional Contracting Office (RCO) Hawaii (HI) has a requirement for semi-annual and annual di-electric testing and load testing of high voltage equipment and exterior electrical personal equipment for the Directorate of Public Works (DPW) at Fort Shafter and Schofield Barracks. Testing of equipment shall be conducted according to manufacturer and regulatory guidance required by applicable government directives. Electrical ground analysis testing for high voltage equipment include gloves, hot sticks, line guards and sleeves. Electrical ground analysis testing for high voltage vehicles include bucket trucks, truck boom liners, line trucks and a flatbed truck. Quote must include roundtrip shipping of equipment if applicable.2) Background: This is a new firm-fixed price requirement.3) Contract Set aside: This action will be set aside 100% to Small Business.4) Contract Type and Period of Performance: The Government intends to award a Firm Fixed Price (FFP) Requirement contract with Period of Performance of February 1, 2020 to July 31, 2021. This acquisition will be solicited under National American Industry Classification system (NAICS) code 541380, Testing Laboratories. The small business size standard is $15 million.5) RCO-HI anticipates issuing Request for Quote (RFQ) W912CN-20-Q-0001 on or about November 26, 2019 or earlier. Please note these dates are subject to change. Potential offerors are responsible for monitoring this site for release of the RFQ package and any amendments. The RFQ and any/all amendments will be posted and available for viewing and downloading on Federal Business Opportunities (FBO.gov). Upon release of the RFQ, potential vendors will be encouraged to submit questions and/or recommendations regarding the terms and conditions of the RFQ and/or the associated documents. All timely submissions will be reviewed and the final RFQ may contain changes as a result of any input received.6) No paper copies will be issued. When the solicitation is posted, it is incumbent upon the interested parties to review the aforementioned site regularly for any updates/amendments to this solicitation.7) All prospective vendors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0d175a84bc014cbaba7c6456dd86e031/view)
- Place of Performance
- Address: 69050, HI 96857, USA
- Zip Code: 96857
- Country: USA
- Zip Code: 96857
- Record
- SN05501549-F 20191124/191122230249 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |