SOURCES SOUGHT
36 -- Sources Sought for Portable Brake (ABS) Tester System
- Notice Date
- 6/7/2017
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-17-T-0513
- Archive Date
- 6/29/2017
- Point of Contact
- Larry D. Stephney, Phone: 9155686140
- E-Mail Address
-
larry.d.stephney.civ@mail.mil
(larry.d.stephney.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT NOTICE ONLY. MICC Fort Bliss intends to award a Firm Fixed Price contract for a Portable Brake (ABS) Test System. The Portable Brake (ABS) Test System should at least meet these minimum qualifications: Must be able to take delivery NLT 31 Jul 17. If you cannot provide the system by 31 Jul 2017, please indicate if your organization can provide the required ABS Brake Testing service starting on 31 Jul 2017. Must be a complete standalone system, ready to operate out of the box. Must be a Plate Type brake testing machine. Must be portable and easily transported. Must be compatible with Anti-lock Braking (ABS) Systems. Must be capable of testing all types of tactical wheeled vehicles. Must be of an all-weather construction to prevent rust and corrosion. Must be capable of testing vehicles with axel weights up to 15,000 KG or 33,000 LBS. Must have an integral weight measurement system for weighing each axel separately. Must include dual sensor gauges. Must include portable message / display panel. Must include complete onsite setup and training. Must be able to operate using 220 V AC power source. Preferred optional dual power source 220 V AC and 24 V DC. Must include at least a one year manufacture warranty. The Government intends to procure the Portable Brake (ABS) Test System as a small business set-aside, provided two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not set-aside this requirement if two (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 Government wide Point of Entry through https://www.fbo.gov. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 541380 Testing Laboratories. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 2. 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. Please note that IAW 52.219-14, a contract under a small business set-aside requires the small business to spend least 50% of the cost of contract performance on its own employees. 3. 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. 4. Information to help determine if the item 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. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications to acquiring the identified item. Responses to this Sources Sought shall be submitted electronically by email to Larry D. Stephney, Contract Specialist, at larry.d.stephney.civ@mail.mil. Responses shall be received no later than 2:00 p.m. Mountain Standard Time (MST) on 14 Jun 2017. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email by 10:00 a.m. 12 Jun 2017 MST. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release. This sources sought neither constitutes a Request for Quote or a Request for Proposal. This sources sought should not be construed as a commitment by the U.S. Government for any purpose. Submission of any information is response to this sources sought is purely voluntary. The U.S. Government does not assume any financial responsibility for costs incurred. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary information will be handled accordingly. Please be advised that all submissions become MICC -Fort Bliss property and will not be returned nor will MICC- Fort Bliss confirm receipt of the sources sought response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9efaeac957d2700e5f1a07f07debead9)
- Place of Performance
- Address: FT Bliss, TX 79912, FT Bliss, Texas, 79912, United States
- Zip Code: 79912
- Zip Code: 79912
- Record
- SN04535637-W 20170609/170607234743-9efaeac957d2700e5f1a07f07debead9 (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 |