Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2022 SAM #7425
SOURCES SOUGHT

35 -- Maintenance and repair services for sewing machinery and related equipment

Notice Date
3/28/2022 6:36:26 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-22-SewMachRpr
 
Response Due
4/11/2022 11:00:00 AM
 
Archive Date
05/30/2022
 
Point of Contact
Eileen Emond, Phone: 5082062036, Richard C. Welsh, Phone: 5082062088
 
E-Mail Address
eileen.emond.civ@army.mil, richard.c.welsh2.civ@army.mil
(eileen.emond.civ@army.mil, richard.c.welsh2.civ@army.mil)
 
Description
Sources Sought # W911QY-22-SewMachRpr PURPOSE/DESCRIPTION This Sources Sought Synopsis announcement is being conducted to identify potential small business sources that possess the technical capability and qualifications in meeting the Government�s minimum needs for maintenance and repair services for in-house sewing machinery, related equipment services and new sewing machinery, machine accessories, and sewing supplies such as needles, blades, scissors, etc. in support of US Army DEVCOM Soldier Center. The Contractor shall provide timely maintenance and repair services for sewing machinery and related equipment. ����� a. General Requirements.� The contractor shall provide: (1)� Exceptional telephone support. (2)� Emergency services for machinery repairs as required by the Government. (3)� Deliver on site support within a 24 to 48 hour time frame with a trained maintenance mechanic. �� ���b. Specific Requirements:� The contractor shall: Maintain and Repair (to include parts and labor) approximately 123 sewing machines. Equipment ranges from light/medium duty to heavy duty.� Please refer to document (attached BPA Sewing Machinery List 13JAN2021.xlsx) for full equipment list. Maintain and repair related equipment which includes: 8 cutting machines (hand operated), 2 steam generators, 2 vacuum presses, and 2 steam irons. Provide scissor sharpening services, including local pick-up and delivery, Provide machinery up-grade information. Have the ability to accept BPA calls for new sewing machinery, machine accessories, and sewing supplies such as needles, blades, scissors, etc. Additional Information:� The anticipated ordering period is 5 years. THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTE/PROPOSAL (RFQ/P). It is a market research tool being used to determine potential small business firms capable of providing the products and services described herein prior to determining the method of acquisition and issuance of a Request for Quote/Proposal (RFQ/P).� The contractor must be able to meet general and specific requirements.� The NAICS for this requirement is 811310 with a size standard of $8M.� The results of this Sources Sought will be used to determine the method of soliciting this requirement, i.e., 100% set-aside for Small Business, Sole Source, or on an Unrestricted basis.� After review of the submitted Sources Sought, ACC-APG, Natick Contracting Command will release a Synopsis to Industry regarding the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned Business Set Aside, Sole Source) prior to release of the final RFQ/P.� It is anticipated that the RFQ/P will be posted in April 2022.� The resulting Contract will use Firm Fixed Price (FFP) provisions. It is requested that interested businesses respond with a brief capabilities statement package (no more than 10 pages in length, single spaced, 10 point font minimum) demonstrating their ability to meet the general and specific requirements to Eileen Emond, Contracting Officer, at eileen.emond.civ@army.mil, by 14:00 EST 4/11/22.� Questions or comments must be submitted by 1400 EST on 4/4/22.� Absolutely no requests for extensions will be honored.� Late responses will not be considered.� The Technical Capability Statement must address, at a minimum, the following: Section 1:� Introduction.� Identify the Sources Sought Number Section 2:� Corporate Description.� Name of Company and address Confirmation of Company size status under NAICS Code �����811310 Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business Two points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number Section 3. Past/Current Performance. Provide one (1) example of prior/current corporate experience providing timely maintenance and repair services for sewing machinery and related equipment described in the General and Specific Requirements section within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the item described herein. Section 4.� Technical Response.� Provide a detailed technical response that addresses the Government�s minimum requirements: Statement regarding contractor�s capability to obtain a facility clearance (if applicable). Statement regarding capability to obtain the required industrial security clearances for personnel (if applicable). The Contractor shall address each of the requirements in the General and Specific Requirements section and describe how each requirement will be met. Contractor�s expected period of performance from Contract award is 5 years. DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL (RFQ/P). THIS 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 ANNOUNCMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4e7e15e0480492db1728ea199ba11ef/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06281566-F 20220330/220329211521 (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 |
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.