SOURCES SOUGHT
J -- Cannon Viscometer Maintenance
- Notice Date
- 10/9/2024 11:05:20 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
- ZIP Code
- 85365-9498
- Solicitation Number
- PANMCC-24-P-0000-018459
- Response Due
- 10/19/2024 2:00:00 PM
- Archive Date
- 11/03/2024
- Point of Contact
- Damon McLaughlin, Phone: 9283286285
- E-Mail Address
-
damon.j.mclaughlin.civ@army.mil
(damon.j.mclaughlin.civ@army.mil)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure a maintenance contract for (3) Cannon viscometers located at the United States Army Yuma Proving Ground (USAYPG).� The equipment requiring maintenance is (1) Cannon Mini QV-X Viscometer, and (2) Mini AV-X Viscometers. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. �It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is�� 811210 � �Electronic and Precision Equipment Repair and Maintenance,� with a size standard of $34 Million dollars. A need is anticipated for preventative maintenance and emergency repairs of the laboratory equipment which is located at the United States Army Yuma Proving Ground (USAYPG). The requirement consist of providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform preventative maintenance and repair of the Cannon Instrument Company (Cannon) branded equipment at Yuma Proving Ground (YPG), Yuma, AZ, using Cannon factory trained technicians and using original equipment maintenance parts in accordance with the Performance Work Statement (PWS), Performance Requirements Summary (PRS). In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28cabfdbf91640508b633435fcc2eaaa/view)
- Place of Performance
- Address: Yuma Proving Ground, AZ 85365, USA
- Zip Code: 85365
- Country: USA
- Zip Code: 85365
- Record
- SN07237519-F 20241011/241009230105 (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 |