Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2024 SAM #8095
SOURCES SOUGHT

J -- Star Excimer Laser Maintenance

Notice Date
1/24/2024 8:35:49 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA286024Q4003
 
Response Due
2/1/2024 9:30:00 AM
 
Archive Date
02/16/2024
 
Point of Contact
Mara Scally, Antoine Toran
 
E-Mail Address
mara.scally@us.af.mil, antoine.toran.1@us.af.mil
(mara.scally@us.af.mil, antoine.toran.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. �All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Joint Base Andrews, MD anticipates a requirement that is being considered under a small business set-aside program. �The North American Industry Classification Systems (NAICS) Code proposed is 811210 - Electronic and Precision Equipment Repair and Maintenance. �The size standard for this NAICS is $ 34.0M This requirement is to provide: Scheduled preventative maintenance inspections (PMI), calibration, on-call corrective maintenance and as-needed parts and service for the STAR Excimer Laser System serial number 9511 located at the 316th Medical Group (316 MDG), Malcom Grow Medical Center (MGMC), Joint Base Andrews, MD. Service shall include all travel, labor, parts, materials (excluding user consumable supplies), authorized field modification instructions (FMI), individual tools and test equipment required to service and maintain the equipment. Performance shall be in accordance with all applicable laws, standards, instructions, executive orders, commercial practices, and requirements. (Please see attached Statement of Work for more information.) We are interested in a small sized business that is capable of meeting this requirement.�Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. �The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.� All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. �Contractor is required to provide all management and labor required for the operation and management of the required services. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. �The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. �Recent, relevant experience in all areas should be provided. �Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any other related details.�The response must not exceed 2 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. �The Government will use this information in determining its small business set-aside decision. Please note: �All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. �The website for registration is www.sam.gov Responses may be submitted electronically to the following POC�s; Mara Scally at mara.scally@us.af.mil �and to Antoine Toran at antoine.toran.1@us.af.mil. Telephone responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/51f9bb08b8b3404d8a9c66817d3b6c8b/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN06944488-F 20240126/240124230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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