SOURCES SOUGHT
J -- Haas Computer Numerically Controlled (CNC) Machine Preventive Maintenance
- Notice Date
- 5/11/2021 8:38:58 AM
- Notice Type
- Sources Sought
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
- ZIP Code
- 18466-5079
- Solicitation Number
- W25G1V106300SK
- Response Due
- 5/21/2021 1:30:00 PM
- Archive Date
- 06/05/2021
- Point of Contact
- Cheryl A. Saylock, Phone: 5706157517
- E-Mail Address
-
cheryl.a.saylock.civ@mail.mil
(cheryl.a.saylock.civ@mail.mil)
- Description
- SOURCES SOUGHT NOTICE This Notice is published as a sole source announcement under the statutory authority� 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Army Contracting Command, APG, Tobyhanna Division, Tobyhanna, PA 18466, intends to solicit and award a hybrid firm fixed-price and time and materials services contract with Phillips Corporation/Federal Division, 7390 Coca Cola Drive (Suite 200), Hanover, MD 21076, as the sole source and exclusive distributor of Haas Computer Numerically Controlled (CNC) machine tools and any associated factory certified service, training and applications work at Tobyhanna Army Depot (TYAD). This notice of intent is not a request for competitive proposals.� 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. RESPONSES 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 INFORMATION PERTAINING TO THIS REQUIREMENT.� Required Capabilities: Contractor will perform preventive maintenance to ensure all the CNC machines remain in good working condition according to factory recommended guidelines. These machines operate at very tight tolerances to ensure the products being manufactured are in accordance with precise product specifications. To ensure the tolerances are maintained, some elements of the preventive maintenance are Comprehensive Checks, Vibration Analysis, Drawbar Force Test, Geometry Inspection and Renishaw Ball Bar Test. Phillips Corporation/Federal Division is the sole and exclusive distributor of Haas CNC machine tools and any associated factory certified service, training and applications work for U.S. Government facilities which includes any factory certified service related contracts, maintenance agreements, training and applications work on Haas Equipment. Haas machine and components are warranted by manufacturer against defects in material and workmanship. Additionally, all out of warranty repair parts carry a warranty, provided the repair is performed by a Haas certified technician. Only repairs performed by a Haas certified technician will be warranted. Due to the complexity and proprietary nature of the Haas Machines, authorized service providers must be used to service and maintain this specialized equipment. Unauthorized parts and service would cause technical problems to include parts not meeting OEM specifications causing manufactured products to not meet quality standards; technicians not having the proper training to diagnose technical problems; and the inability of the provider to obtain and install software updates. If this service is not provided, it is certain that the affected machines will not be serviced per manufacturer recommendations with authorized service technicians and OEM approved replacement parts. These machines will become inoperable and production schedules will be affected. This requirement includes three additional original equipment manufacturers (OEM) consolidated into this requirement, nine (9) machines (Bridgeport, Doosan & Hardinge. If your organization has the potential capacity to perform these contract services and is an authorized service provider for all OEMs, please provide the following information (with the additional information and submission details noted below): 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. A draft Performance Work Statement (PWS) is attached for review (Attachment 1). The draft PWS document may be updated, revised or changed throughout the Solicitation period. The Government is not responsible for any costs incurred for contractor�s time or materials expended in preparing information/response to this Notice and any subsequent Solicitation. Delivery shall be FOB Destination to Tobyhanna Army Depot, Tobyhanna, PA 18466. The estimated period of performance consists of one (1) Base Year of 12 months and two (2) 12-month option years, if exercised by the Government. The contract type is anticipated to be firm fixed-price and time and materials. The Solicitation will be in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5, ""Simplified Procedures for Certain Commercial Items"" and therefore will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. 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. The NAICS Code is 333517 and the size standard is 500 employees. The Product Service Code is J034. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): 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. All data received in response to this Sources Sought Synopsis that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. Any company believing they are certified by the Original Equipment Manufacturers (OEM) to provide this service shall submit a capability statement detailing the capability of performing the requirements to the Contract Specialist identified below within ten (10) calendar days of this notice. Interested parties are requested to submit a capabilities statement of no more than three (3) pages in length in Times New Roman or Arial font of not less than 10 pitch. Please provide information/comments by closing date of this Sources Sought Notice, 5/21/21. All information contained within this Sources Sought Notice is subject to change. Point of contact is Cheryl A. Saylock, Contract Specialist, email cheryl.a.saylock.civ@mail.mil. No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/72ccd7633e6c4162989fd92bb47166aa/view)
- Place of Performance
- Address: Tobyhanna, PA 18466, USA
- Zip Code: 18466
- Country: USA
- Zip Code: 18466
- Record
- SN05998775-F 20210513/210511230101 (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 |