SPECIAL NOTICE
49 -- REQUEST FOR INFORMATION (RFI) HAAS Machines Maintenance and Repair Services - RFI
- Notice Date
- 11/29/2017
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ18R0076
- Archive Date
- 12/30/2017
- Point of Contact
- Luis J. Ferrer, Phone: 2568427478
- E-Mail Address
-
luis.j.ferrer.civ@mail.mil
(luis.j.ferrer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Description: 1.1. Army Contracting Command-Redstone, Aviation Logistics Directorate, CCAM-ALR in support of the Corpus Christi Army Depot is seeking information from industry on the capabilities to perform a service contract for comprehensive calibration analysis, reactive service, and spare parts for 20 HAAS machine tools. All respondents must be an authorized Original Equipment Manufacturer (OEM) HAAS service company. (See Attachemnt for each HAAS machine model description and model) 1.2. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offeror to monitor these sites for additional information pertaining to this requirement. 2. Background: 2.1. Place of Performance: Corpus Christi Army Depot 2.2. Scope: Basic Services: The HAAS (OEM) Authorized Service Contractor shall provide Comprehensive Calibration analysis, Reactive services (Onsite Repairs), and Spare Parts for 20 machine tools in accordance with OEM specifications. 2.3. Period of Performance: 5 Years 2.4. Contract Type: Firm Fixed Price (FFP) 2.5. Limitations: Shall be an OEM (HAAS) Authorized Service Provider. 2.6. Security Requirements: The Contractor shall comply with all Federal, Navy, Army, and Corpus Christi Army Depot security policies and regulations. 2.7. Safety Requirements: The Contractor shall abide by all applicable safety procedures. 3. Acquisition Approach: 3.1. The Government is exploring a range of acquisition strategies and is seeking to utilize the information gained from responses to this RFI to help further shape the acquisition strategy. The purpose of this RFI is to conduct market research that gathers feedback from industry on the best approach to accomplish the Government’s requirement. The Government has a need for calibration analysis, reactive repair services (on-site), and spare parts supply for the listed HAAS Machine tools. The Government is seeking to determine and define different levels or categories of maintenance and repair that will ensure all HAAS machines are operational and will be repaired, when needed, throughout the term of a potential service agreement. 3.2. The following table is the minimum required information. If necessary, a respondee may submit additional information or categories of repair that better describe the resondee’s proposed approach (See Attacment): 4. Requested Information: 4.1. The Contractor shall provide annual comprehensive calibration analysis and reactive service as needed and immediate spare parts as needed, for 20 machine tools. 4.2. Responses: Interested parties are requested to respond to this RFI with a white paper. 4.3. White papers shall be in PDF format and due no later than 15 December 2017, 12:00 Central Time. Responses shall be limited to 10 pages for Section 3 and submitted via e-mail only to Luis Ferrer, Contracting Officer, luis.j.ferrer.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3.1. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1.1. Name, mailing address, CAGE code, phone number, fax number, and e-mail of designated point of contact. 4.3.1.2. Recommended contracting strategy. 4.3.1.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance. “Small business concern” means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $7,500,000 million dollars in annual receipts. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://farsite.hill.af.mil/. 4.3.2. Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages. 4.3.3. Section 3 shall include a Rough Order Magnitude (ROM) cost estimate. 5. Industry Discussions: Army Contracting Command-Redstone, Aviation Logistics Directorate, CCAM-ALR representatives may or may not choose to contact potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, specifically if the respondee is an OEM (HAAS) Authorized Service Certified Provider. 6. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers on FBO website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 15 December 2017, 12:00 Central Time will be answered. 7. Summary: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide HAAS Machines OEM Authorized Service Contract. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/41e94ddb32e18c2f37c06dda38b45be6)
- Place of Performance
- Address: Corpus Christi Army Depot, 308 3rd St, Corpus Christi, TX 78419, Corpus Christi, Texas, 78419, United States
- Zip Code: 78419
- Record
- SN04751780-W 20171201/171129231341-41e94ddb32e18c2f37c06dda38b45be6 (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 |