SOURCES SOUGHT
J -- Notice of Intent to Sole Source/Repair & Maint. of XR200 and XR3 XRay Generators - DRAFT PWS
- Notice Date
- 8/10/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Carson, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, Colorado, 80913-5198, United States
- ZIP Code
- 80913-5198
- Solicitation Number
- PANMICC-18-P-0000-096257
- Archive Date
- 8/30/2018
- Point of Contact
- Edna Hakenson, Phone: 719-526-8449
- E-Mail Address
-
edna.t.hakenson.civ@mail.mil
(edna.t.hakenson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the repair and upgrade of Quantity 159 each, XR200 X-Ray Source System and Quantity 75 each XR3 Xray Source Systems on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed firm fixed priced sole source contract to Golden Engineering, P.O. Box 185, Centerville, IN 47330-0185 is for the repair and upgrade of Quantity 159 each XR200 X-Ray Source System and Quantity 75 each XR3 Xray Source Systems. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). The requirement is to provide servicing, upgrades and maintenance repairs for these two brand name items as identified in the attached Performance Work Statement. The items will be shipped from multiple Army locations over a period of 2 years. This notice 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the size standard is $20,500,000.00 In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3. 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. 4. 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. The EOD community currently employs the XR200 and XRS3 systems for critical emergency response homeland missions, in addition to missions overseas. These x-ray machines have been configured and fielded for the last 20 years as part of the preceding systems, with all existing training and maintenance support developed around these systems. 5. Information to help determine if the requirement (item or service) 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. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS to acquiring the identified items/services. All responses shall be sent to Ms. Edna T. Hakenson, Contract Specialist, at edna.t.hakenson.civ@mail.mil. Responses are due by 1:00 pm (MDT), August 15, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ac5cdbf307eaae95c48226e8bc044b3)
- Place of Performance
- Address: P.O. Box 185, Centerville, Indiana, 47330-0185, United States
- Zip Code: 47330-0185
- Zip Code: 47330-0185
- Record
- SN05031280-W 20180812/180810230753-3ac5cdbf307eaae95c48226e8bc044b3 (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 |