SOURCES SOUGHT
J -- Military Equipment Repair � Hydraulic Lines and Cylinders
- Notice Date
- 1/23/2025 6:12:11 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7M2 USPFO ACTIVITY FL ARNG ST AUGUSTINE FL 32085-1008 USA
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN25QZ0011
- Response Due
- 1/24/2025 11:00:00 AM
- Archive Date
- 02/08/2025
- Point of Contact
- Jeffrey Moore, Matthew Michael
- E-Mail Address
-
jeffrey.d.moore14.mil@army.mil, Matthew.J.Michael2.civ@army.mil
(jeffrey.d.moore14.mil@army.mil, Matthew.J.Michael2.civ@army.mil)
- Description
- W911YN25QZ0011 Military Equipment Repair � Hydraulic Lines and Cylinders 1. Introduction: THIS IS A SOURCES SOUGHT NOTICE ONLY � This notice is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to provide vehicle repair services for the Florida Army National Guard. It is the intent of the government to issue a single firm fixed priced award to a vendor who can meet the repair requirements at multiple locations around the state of Florida. The government has the capability to bring the vehicles needing repaired to a vendor�s repair facility. Responses to this notice will be considered and will help the Government determine potential small business set-asides and identify potential vendor who can provide repair services in multiple locations around the state of Florida. 2. Repair Locations (not all inclusive): Pan handle: Tallahassee, Bonifay, Lake City Central Florida: Camp Blanding Joint Training Site/Starke South Florida: West Palm Beach, Miramar, Tampa, Haines City, Plant City 3. Disclaimer: This notice does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. Solicitation information is not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFQ, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 4. Contractor Capability: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required vehicle repair services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements and its ability to provide repair services in multiple locations around the state of Florida. 5. Responses to Notice: Responses to this notice shall be limited to three pages and submitted on SAM.gov or by email to Contracting Officer, Jeff Moore (Jeffrey.d.moore14.mil@army.mil). Email shall contain a subject line that reads ""W911YN25QZ0011, Military Equipment Repair � Hydraulic Lines and Cylinders "". Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. Responses are due no later than Thursday, 27 Jan 2025 by 2pm Eastern Standard Time. Any questions may be directed to the point of contact listed above. The applicable NAICS code for this requirement is C - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a Small Business Size Standard of $12.5 million. The Product Service Code is J035. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their response under the applicable NAICS of 811310. Respondents shall not be obligated to provide the services described herein. Responses from interested vendors should address the confirmation that your company can provide the following repair services: Military equipment to be worked on: Medium Tactical Vehicle (MTV) Cargo with Crane (M1084) MTV Wrecker (M1089) Load Handling System (LHS) (M1120) Palletized Load System (PLS) (M1074) Heavy Expanded Mobility Tactical Truck (HEMTT) Wrecker (M984) HEMTT Cargo with Crane (M985) Approximately 34 vehicles require repair - 20 need cylinder repairs and 14 need hydraulics lines replaced. The majority of the work will be to complete one of the following: Remove, rebuild and replace hydraulic cylinders on military vehicles. Rebuild hydraulic cylinders for military vehicles. Remove Hydraulics lines/hoses from military vehicles and create new hoses and place on vehicles. Remove hydraulics lines/hoses from military vehicles and replace with government provided hoses. Provide company socio-economic status (i.e. Small, Small Disadvantages Women-Owned, Service-Disabled Veteran Owned, etc.) under identified NAICS and company profile to include, CAGE Code, DUNs number. Also, please provide the GSA contract number and SIN the products are available under, if applicable. Along with the above, please review the below government Request for Information Request for Information: If possible, please provide answers to the following questions. 1. Are there specific requirements in the documentation that has the effect of limiting competition among potential vendors? 2. Are there an alternate NAICS other than 811310 that you believe is more appropriate for this requirement? If so, what is the NAICS and why? 3. Is there a better industry standard in order to procure the requested services? 4. Are there any ways you would want the government to considering asking for pricing information, e.g. a separate line item for conducting a diagnostic to determine what repair services are required on each piece of equipment, fixed repair labor rates, estimated hours for repair? It is the intent of the government to use best commercial practices regarding pricing. 5. Is there a required lead time that the government may need to take into consideration for this procurement? 6. Does your company have the resources and capability to provide repairs on-site?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5082fee624194366b65fe2531c671878/view)
- Place of Performance
- Address: Tampa, FL, USA
- Country: USA
- Country: USA
- Record
- SN07322018-F 20250125/250123230111 (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 |