Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SOURCES SOUGHT

99 -- Radiography Lab Uninterruptible Power Supply (UPS) Repair and Maintenance

Notice Date
6/24/2024 8:27:01 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN24R10KA
 
Response Due
7/5/2024 8:59:00 PM
 
Archive Date
07/20/2024
 
Point of Contact
Darby J Quinones
 
E-Mail Address
darby.j.quinones.civ@army.mil
(darby.j.quinones.civ@army.mil)
 
Description
Request for Information (RFI)/Sources Sought Notice (SSN) Radiography Lab Uninterruptible Power Supply (UPS) Repair and Maintenance INTRODUCTION The Army Contracting Command � New Jersey is issuing this sources sought notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide preventative scheduled, corrective, and unscheduled maintenance for the UPS System. The anticipated North American Industry Classification System code assigned to this acquisition is 238210. This request is for informational purposes only to promote exchanges of information with Industry in accordance with Federal Acquisition Regulation (FAR) 16.505. The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this SSN/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. Proprietary and/or classified information SHALL NOT be submitted.� Information and materials submitted in response to this request WILL NOT be returned. DISCLAIMER THIS RFI/SSN IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. NO ENTITLEMENT TO PAYMENT BY THE GOVERNMENT OF DIRECT AND/OR INDIRECT COSTS AND/OR CHARGES SHALL ARISE AS A RESULT OF SUBMISSION OF INFORMATION IN RESPONSE TO THIS REQUEST. THE GOVERNMENT SHALL NOT PAY FOR ANY AND ALL INFORMATION AND/OR MATERIALS RECEIVED IN RESPONSE TO THIS REQUEST AND IS IN NO WAY OBLIGATED BY THE INFORMATION RECEIVED. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS RFI/SSN IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The U.S. Army Combat Capabilities Development Command � Armaments Center, Quality Engineering & System Assurance (QE&SA) at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide preventative scheduled, corrective, and unscheduled maintenance for the 50KVA GE branded UPS System, located within the Radiography Lab. QE&SA�s Radiography Laboratory operates Non-Destructive Testing X-Ray Radiography equipment. The equipment contains x-ray tubes on the instruments which are under high vacuum provided by a turbo-molecular pump which is backed by a roughing pump. Sudden loss of vacuum to the x-ray tubes interrupts the operation of the machine & extended periods of time without vacuum can result in damage to the instrument. In order to maintain optimal operation and protection of this equipment there is a 50KVA GE branded UPS installed. The UPS allows the instruments to maintain power or provide enough time to have the required structured shutdown when power is lost. The UPS service is required to ensure protection as well as 24/7 operation of these instruments & their components. ELIGIBILITY An active System for Award Management account, and/or the ability to create and receive approval of an account prior to any potential solicitation and award. SUBMISSION DETAILS If your organization has the potential capacity to provide the requirement, please provide the following information:� 1)�� �Organization name, address, cage code, primary points of contact and their email address, website address, telephone number, and type of ownership for the organization. 2)�� �A tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. The response shall depict how your organization (with any similarly situated subcontractors if you are a small business) can meet the outlined requirements in the DRAFT Performance Work Statement (PWS). 3)�� �Please provide any questions, comments, and feedback on the attached draft PWS and its contents. Do not include your organizations name in your questions and answers as the questions and answers may be released to all contractors. 4)�� �Provide a rough order of magnitude. 5)�� �Indicate any active contract vehicles and number that may meet the scope of this requirement. 6)�� �Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements described above. 7)�� �Indicate if your organization would propose on this effort? Yes or No?� a.�� �If yes: indicate if your organization is currently considered a small business. b.�� �If a small business: Indicate if your organization would be capable and intend for at least 50 percent of the amount paid by the Government for contract performance to be performed by your organization and any similarly situated subcontractors (See FAR Clause 52.219-14). 8)�� �If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Your response to this RFI/SSN, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Darby Quinones, in either Microsoft Word or Portable Document Format (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) with a page limit of 5, via email �darby.j.quinones.civ@army.mil no later than 11:59 p.m. Eastern Standard Time on 05 July 2024 and reference the requirements title in subject line of e-mail and on all enclosed documents.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f927e87b61b04d00971b07097311603b/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN07106262-F 20240626/240624230120 (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.