Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2024 SAM #8380
SOURCES SOUGHT

74 -- UV Printer/Cutter, Ink, and Cleaning Solution

Notice Date
11/4/2024 6:11:38 AM
 
Notice Type
Sources Sought
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
W6QK LAD CONTR OFF CHAMBERSBURG PA 17201-4150 USA
 
ZIP Code
17201-4150
 
Solicitation Number
W911N225RBC03
 
Response Due
11/14/2024 1:00:00 PM
 
Archive Date
11/29/2024
 
Point of Contact
Brian Crean, Phone: 7172675120
 
E-Mail Address
brian.c.crean.civ@army.mil
(brian.c.crean.civ@army.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Sources Sought The Army Contracting Command � Letterkenny Contracting Office (CCAM-DSL)�is issuing this Sources Sought/Request for Information as a means of conducting�market research to identify parties having an interest in and the resources to support this requirement to provide UV Printer/Cutter, ink, and cleaning solution to Letterkenny�Army Depot (LEAD) Public Affairs Office (PAO). The following Salient Characteristics�must be available: 1. UV Printer/Cutter 8 color Ink (Cyan, Magenta, Yellow, Black, Orange, Red, White,�Gloss) 2. 36in to 54inch media width 3. Embossing capability 4. Ability to print on indoor and outdoor vinyl, skid-resistant vinyl, and�various other substates 5. Max high resolution 1200dpi print quality 6. .39 to 11.8 in/second built in diecutting speed 7. Ethernet connectivity The result of this market research will contribute to determining the method of�procurement. The applicable North American Industry Classification System (NAICS)�code assigned to this procurement is 334118 Computer Terminal and Other Computer Peripheral Equipment Manufacturing. There is no solicitation at this time. This request for capability information does�not constitute a request for proposals; submission of any information in response to this�market survey is purely voluntary; the government assumes no financial responsibility�for any costs incurred. Contractor should not provide any pricing information. The sole�purpose of this request is to locate qualified, experienced, and interested potential�sources. If your organization has the potential capacity to provide these supplies, please�provide the following information: 1) Business name, mailing address, email address, website address, Point of�Contact (POC), telephone number 2) Business size, any socioeconomic status (i.e. HUB Zone,8(a) VeteranOwned,�Women-Owned, etc.), company Cage Code and DUNS number, type�of ownership for the organization 3) Tailored capability statements addressing the particulars of this effort, with�appropriate documentation supporting claims of organizational and staff�capability. If significant subcontracting or teaming is anticipated in order to�deliver technical capability, organizations should address the administrative�and management structure of such arrangements 4) The NAICS code(s) and PSCs/FSCs your company usually performs under Government contracts� 5) Past performance with government agencies.� The government will evaluate market information to ascertain potential market�capacity to 1) provide products consistent in scope and scale with those described in�this notice and otherwise anticipated; 2) secure and apply the full range of corporate�financial, human capital, and technical resources required to successfully perform�similar requirements; 3) implement a successful project management plan that includes:�compliance with program schedules; cost containment; meeting and tracking�performance; hiring and retention of key personnel and risk mitigation and 4) provide�products under a Firm Fixed Price based acquisition contract.� Based on the responses to this sources sought/market research, this�requirement may be set-aside for small businesses or procured through full and open�competition, and multiple awards may be made. Telephone inquiries will not be�accepted or acknowledged, and no feedback or evaluations will be provided to�companies regarding their submissions. Contractors are required to be registered in the System for Award Management�(SAM) and Wide Area Work Flow (WAWF) in order to be awarded government�contracts. Submission Instructions: Interested parties who consider themselves qualified�to provide the listed products are invited to submit a response to this Sources Sought by�November 14, 2024 by 4:00 PM. The response/statement of capabilities must be�complete and sufficiently detailed to allow the Government to determine the contractor�s�qualifications. All responses under this Sources Sought must be emailed to Brian�Crean at brian.c.crean.civ@army.mil. If you have any questions concerning this opportunity please contact: Brian�Crean at Phone: 717-267-5120 Email: brian.c.crean.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc1aae7548c24b91a111f82c4cdf70e3/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN07256699-F 20241106/241104230106 (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.