SOURCES SOUGHT
J -- X-Ray Maintenance for USDB
- Notice Date
- 3/12/2020 1:04:13 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QM MICC-FT LEAVENWORTH FT LEAVENWORTH KS 66027-1391 USA
- ZIP Code
- 66027-1391
- Solicitation Number
- PANMCC-20-P-0000_006857
- Response Due
- 3/18/2020 3:00:00 PM
- Archive Date
- 04/02/2020
- Point of Contact
- Larissa A Brown, Phone: 9136841622, Robert M. Parvin, Phone: 9136841624, Fax: 9136841610
- E-Mail Address
-
larissa.a.brown2.civ@mail.mil, robert.m.parvin.civ@mail.mil
(larissa.a.brown2.civ@mail.mil, robert.m.parvin.civ@mail.mil)
- Description
- INTRODUCTION The MICC Fort Leavenworth, KS is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for X-Ray Maintenance in support of the United States Disciplinary Barracks (USDB), Fort Leavenworth, KS. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. Multiple awards will not be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location United States Disciplinary Barracks (USDB), Fort Leavenworth, KS DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The USDB is the only maximum security facility within the Department of Defense.� The facility consists of both civilian and military staff members, and more than 430 inmates.� All military equipment and bags entering the facility are x-rayed for the possibility of containing weapons and any contraband.� Having the ability to x-ray all equipment and bags entering the facility increases staff and inmate safety as well as increasing facility security. REQUIRED CAPABILITIES The Contractor shall provide X-Ray maintenance to ensure the X-Ray machine is kept in good operational working order to assist in the elimination of contraband entering the facility and increase staff and inmate safety, in support of the areas specified in Program Background (above). The contractor shall provide maintenance and repair services including replacement parts for the X-Ray Machine located in the United States Disciplinary Barracks (USDB) Main Gate area.� The contractor shall conduct an annual Technical Inspection (TI) and conduct any maintenance required to ensure the machine remains mission capable.� The contractor shall provide qualified technicians to repair any issues causing the x-ray machine to become inoperable.� The contractor shall respond within three working days to complete all repairs or determine the need for additional time as coordinated with the facility supply office point of contact. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Security Requirements:� Contractor personnel (to include subcontractors) performing work under this contract must have a favorable background investigation to access the non-classified internet protocol router network (NIPRNET). In addition, access to the Fort Leavenworth NIPRNET is limited to United States citizens. Special Qualifications:� Contract personnel must be training and qualified to work on Astrophysics machine, Serial # ASTKC160SS1582 Further requirements are provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). ELIGIBILITY The applicable NAICS code for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance with a Small Business Size Standard of $22.0 M. The Product Service Code is J063 Maintenance and Repair of Alarm, Signal and Security Detection Systems. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 5 pm, CST, 18 March 2020. All responses under this Sources Sought Notice must be e-mailed to larissa.a.brown2.civ@mail.mil �This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of one base year and two option years with performance commencing in June 2020. Specifics regarding the number of option periods will be provided in the solicitation. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Larissa Brown, in either Microsoft Word or Portable Document Format (PDF), via email larissa.a.brown2.civ@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4d5f6e1c3dc84aa989675dfa46b60256/view)
- Place of Performance
- Address: Fort Leavenworth, KS 66027, USA
- Zip Code: 66027
- Country: USA
- Zip Code: 66027
- Record
- SN05587854-F 20200314/200312230149 (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 |