Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOURCES SOUGHT

J -- Sources Sought Printer Maintenance Service

Notice Date
9/16/2025 5:12:39 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA4497 436 CONS LGC DOVER AFB DE 19902-5016 USA
 
ZIP Code
19902-5016
 
Solicitation Number
FA4497-25-SS-Printer
 
Response Due
9/26/2025 9:00:00 AM
 
Archive Date
10/11/2025
 
Point of Contact
Binod Pathak, Phone: 3026775028, Jordon Bongcayao, Phone: 3026775211
 
E-Mail Address
binod.pathak.1@us.af.mil, jordon.bongcayao.1@us.af.mil
(binod.pathak.1@us.af.mil, jordon.bongcayao.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY. 1. This Sources Sought (SS)/Request for Information (RFI) is issued solely for market research purposes to determine potential sources. This notice does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. Respondents will not be notified of the results since this is an RFI announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any potential future RFQ. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined, and market research results will assist in determining the direction this acquisition may take. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. All responses shall comply with the criteria established in this RFI to be considered for review. 2. Purpose: The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method. Therefore, we further invite offerors to provide a capability statement in response to this requirement as well as the information below. Prospective contractors shall be registered in the System for Award Management (SAM) prior to the award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/. 3. Description of Requirement: The vendor shall provide all labor, materials, tools, transportation and equipment necessary to provide on-site maintenance and repair. Parts required shall include printer heads as well as any other necessary items. The requested service plan covers up to 5,000 linear ft of usage per month and unlimited service calls. Projected Period of Performance: Base plus four (4) option periods. Current Printer: OCE Colorwave 700 plotter (Canon Model Colorwave 700GFFPIII Set, S/N 498000801) GFP: Government will not supply any items for this service. 4. Current Contract and Incumbent: Current Contract: FA449721F0001 Incumbent Contractor: Canon U.S.A., INC. 4100 N. Fairfax Drive, Suite 200, Arlington, VA 22203-1678, USA. 5. Responses must address the following: a. Name, address, CAGE Code, SAM UEI, and main point of contact of your company. b. Provide a capability statement to show the ability to meet requirement. c. Specify your business type (large business, small business, Small Disadvantaged Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based upon NAICS 811210, Electronic and Precision Equipment Repair and Maintenance. Specify all that apply. d. The anticipated NAICS 811210, Electronic and Precision Equipment Repair and Maintenance The anticipated Product Service Code (PSC) is J074. Please provide information if the NAICS/PSC is correct or if a different NAICS/PSC is a better fit. Please specify the different NAICS/PSC, if applicable, and explain why. e. Does your company currently provide these services under an existing contract such as an Indefinite Delivery Indefinite Quantity (IDIQ) or Government-Wide Acquisition Contract? If so, please provide the contract number, point of contact name/number, and managing agency (e.g., Air Force, DoD, GSA). f. Identify any projects completed in the past five years for the same or similar scope to help determine capability and capacity in meeting the requirement for the services. Include any Government contracts (Federal, State, or local) awarded for this type of requirement. Include the contract number and a government point of contact. Identify if the work was as the prime contractor or a subcontractor for these projects and their dollar values. 6. Industry Response: All responses shall be received by 26 September 12:00 PM EST. No extension to the response date will be considered. Send responses via e-mail to A1C Binod Pathak binod.pathak.1@us.af.mil, Jordon Bongcayao jordon.bongcayao.1@us.af.mil, and 436CONS.PKB.ORG@us.af.mil by the response date. Responses shall be no more than TWO pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government reserves the right to only review the first five pages and may disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. 7. Any questions regarding this Sources Sought can be directed to both the CO and CS listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a3fe07816dab405da396b372388ecd18/view)
 
Place of Performance
Address: Dover AFB, DE 19902, USA
Zip Code: 19902
Country: USA
 
Record
SN07593409-F 20250918/250916230048 (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.