Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
SOURCES SOUGHT

59 -- Land Mobile Radio Maintenance and Repair - DRAFT Performance Work Statement

Notice Date
5/5/2016
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 409th CSB (W564KV) TCC-Kaiserslautern, KO DIRECTORATE OF CONTRACTING UNIT 23156, APO AE, Non-U.S., 09227, Germany
 
ZIP Code
00000
 
Solicitation Number
W564KV-16-T-LMR
 
Archive Date
9/30/2016
 
Point of Contact
Abby Schultz, , Ametrius Shaw,
 
E-Mail Address
abby.k.schultz.civ@mail.mil, ametrius.s.shaw.mil@mail.mil
(abby.k.schultz.civ@mail.mil, ametrius.s.shaw.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: Draft Performance Work Statement dated 3 May 2016 Sources Sought Synopsis for Land Mobile Radio Maintenance and Repair INTRODUCTION The Theater Contracting Center is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Land Mobile Radio (LMR) Maintenance and Repair. The intention is to procure these services on a Firm Fixed Price contract on a competitive basis with an estimated period of performance consisting of a One Year Base + 4 One Year Options. The applicable North American Industry Classification Standard (NAICS) code assigned to this procurement is 811213. The Product Service Code is J059. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE U.S. Army Installations in Germany, Italy, Belgium, Netherlands, and Romania. PROGRAM BACKGROUND IMCOM-E is designated as the LMR maintenance and repair services for United States (U.S.) Army installations within the European Theater. Equipment shall be maintained in accordance with Original Equipment Manufacturer (OEM) specifications. REQUIRED CAPABILITIES The contractor shall perform all work and assume responsibility for planning, programming, administering, managing, and executing all functions necessary to provide the LMR maintenance and repair services specified in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 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. SPECIAL REQUIREMENTS Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the contractor shall have a US SECRET Facility Clearance at the time of proposal submission. All contractors must be registered in the System for Award Management (SAM) database to receive any contract award or payment. The SAM website is: https://www.sam.gov. In accordance with FAR 4.1201, prospective contractors shall complete electronic annual representation and certification via the Online Representations and Certifications Application (ORCA) at: https://www.sam.gov in conjunction with required registration in the CCR database. ADDITIONAL INFORMATION AND SUBMISSION DETAILS Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response of no more than ten (10) pages in length in Times New Roman font of not less than 10 size font via email to SFC Ametrius Shaw at ametrius.s.shaw.mil@mail.mil and Abby Schultz at abby.k.schultz.civ@mail.mil to this Sources Sought Notice by 16 May 2016, 1400hr Central European Time (CET). All questions must be submitted to the contract specialists identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. This is not a "Request for Proposal (RFP)". 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 RFP, if any is issued. If a solicitation is released, it will be posted on the Government-Wide Point of Entry (GPE) of FedBizOps (FBO). It is the responsibility of potential offerors to monitor FBO for additional information pertaining to this requirement."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6b87675fd08a14b31668f4eaf59309c)
 
Place of Performance
Address: U.S. Army Installations in Germany, Italy, Belgium, Netherlands, and Romania., Germany
 
Record
SN04107795-W 20160507/160505235130-f6b87675fd08a14b31668f4eaf59309c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.