Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2025 SAM #8566
SOURCES SOUGHT

J -- 316 FSS Fitness Equipment Maintenance

Notice Date
5/8/2025 9:03:23 AM
 
Notice Type
Sources Sought
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA286025Q4033
 
Response Due
5/15/2025 9:00:00 AM
 
Archive Date
05/30/2025
 
Point of Contact
Yaneris Dolce, Phone: 2406123719, Antoine Toran, Phone: 2406123990
 
E-Mail Address
yaneris.dolce@us.af.mil, antoine.toran.1@us.af.mil
(yaneris.dolce@us.af.mil, antoine.toran.1@us.af.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Joint Base Andrews anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 811490 � Other Personal and Household Goods Repair and Maintenance. The size standard is $9,000,000.00 US Dollars. The purpose of this procurement is to acquire services to perform maintenance on fitness equipment located on Joint Base Andrews, MD. The contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services necessary to perform scheduled and unscheduled preventive maintenance and repair on approximately 275 pieces of commercial-grade fitness and mechanical exercise equipment as detailed in the Performance Work Statement (PWS). Services will be performed at Buildings 1444, 1445, and 3705 at Joint Base Andrews (JBA), MD, and at any contingency location within JBA as designated by the Government. The Contractor shall provide technicians experienced in the maintenance and repair of commercial-grade fitness equipment, including but not limited to: Life Fitness, Cybex, Power Systems, Hammer Strength, Keiser, Concept II, Matrix, and Iron Grip. Technicians assigned to service equipment must be certified to perform maintenance and repairs according to Original Equipment Manufacturer (OEM) standards for the specified equipment. Technicians servicing equipment from other manufacturers must demonstrate proven technical capability and relevant experience with commercial-grade fitness equipment maintenance and repair. Reponses to this Sources Sought request should reference ""316 FSS Fitness Equipment Maintenance"" and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable. 3. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs. 4. Capability statement displaying the contractor�s ability to provide the products or services, to include past performance information. Please provide any questions about the anticipated requirement. Note: The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. All responses to this notice are to be submitted by 12:00PM Eastern Standard Time, on Thursday 15 May 2025. Responses will be accepted via electronic means only to yaneris.dolce@us.af.mil and antoine.toran.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a4a98fc9d9b14a03b0008c78d867814f/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN07437061-F 20250510/250508230057 (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.