SOURCES SOUGHT
59 -- X-Ray Inspection System - SOW
- Notice Date
- 8/29/2017
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Alabama, PO Box 3715, Montgomery, Alabama, 36109-0715, United States
- ZIP Code
- 36109-0715
- Solicitation Number
- W912JA-17-T-0096
- Archive Date
- 9/30/2017
- Point of Contact
- Monique E Brinson, Phone: 3342717369
- E-Mail Address
-
monique.e.brinson.mil@mail.mil
(monique.e.brinson.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of work This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION ANNOUNCEMENT ONLY; not a pre-solicitation notice or solicitation for proposals/quotations. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Small Businesses interested and capable of providing the supplies described below. Documentation of expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number, (h) socio-economic status (e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business), and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Requirement: The Alabama National Guard is seeking sources to Warranty. Prior to installing the new equipment, the Contractor shall disconnect and relocate the existing equipment (Rapiscan Model# 522B Serial# 70350N11) to a storage location within the JFHQ NGAL compound The Contractor shall provide a written warrant for the minimum of two (2) years on material and one (1) year on workmanship and labor including parts labor and travel. The Period of Performance is forty-five to sixty (45 - 60) days from the issuance of the Notice to Proceed The contractor will complete the installation within 30 days of the Notice to Proceed. Contractor will install, calibrate, and test equipment to ensure it operates within manufacturers specifications. The Contractor will provide a training session on all newly installed equipment for the JFHQ NGAL Mailroom Staff and DCSIM Alternates up to 6 personnel on component and system operations. The Contractor shall comply with all local, state, and federal environmental, health, and safety regulations while conducting this work. In addition, the Contractor shall ensure that all work is in compliance with the applicable codes. Unless otherwise specified by the Government, the Contractor will be required to properly remove and dispose of all construction and/or demolition waste material in compliance with all Local, State, and Federal Regulations Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The North American Classification System (NAICS) code for this acquisition is 333318- Other Commercial and Service Industry Machinery Manufacturing - Standard Size 1,000. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). All interested Offerors should submit information by e-mail to: monique.e.brinson.mil@mail.mil or www.fbo.gov. (After review of the responses to this announcement, the Government may proceed with the acquisition and a subsequent solicitation may be published.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-17-T-0096/listing.html)
- Place of Performance
- Address: 1750 CONG W L DICKINSON DRIVE, Montgomery, Alabama, 36109, United States
- Zip Code: 36109
- Zip Code: 36109
- Record
- SN04651702-W 20170831/170829233347-fd23d9e8b73771c79ff8215e219af9b2 (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 |