SOURCES SOUGHT
J -- UAV Repairs BPA
- Notice Date
- 6/5/2020 11:13:07 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP20Q0007
- Response Due
- 6/22/2020 7:00:00 AM
- Archive Date
- 07/07/2020
- Point of Contact
- M. Shane Stiltner, Phone: 9042321032, Gerald L. Garvey, Phone: 9042323055
- E-Mail Address
-
michael.s.stiltner@usace.army.mil, Gerald.L.Garvey@usace.army.mil
(michael.s.stiltner@usace.army.mil, Gerald.L.Garvey@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in a non-personal services contract to provide repair, technical support, and rental equipment for SenceFly UAV systems throughout the state of Florida. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541990 and size standard of $16.5 million. The contractor(s) shall provide this service using a Multiple Blanket Purchase Agreement (BPA) The services required include diagnostics, maintenance, repairs, and rental on Sensefly UAV systems to be performed by a company that is certified UAV repair center. The technician shall perform work by the manufacturer�s specifications using OEM parts. The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The USACE SAJ operates a fleet of not more than 10 SenseFly drones. This Blanket Purchase Agreement (BPA) outlines the basic services to be performed in a broad nature and each BPA Call Order issued will expand the services to be accomplished which will be unique to each project. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Firm�s response to this Synopsis shall be limited to 3 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, website, and email address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 2 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business category and Business Size �Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.� 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable � existing and potential. 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 22 June 2020. All responses under this Sources Sought Notice must be emailed to michael.s.stiltner@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.� If you have any questions concerning this opportunity, please contact: M. Shane Stiltner michael.s.stiltner@usace.army.mil or Gerald Garvey Gerald.L.Garvey@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0dbdcd2284884be7b638c27eb2a2a23e/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN05682400-F 20200607/200605230147 (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 |