Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

61 -- Electric Motors Rewind, Repair, Test, and Replace

Notice Date
5/19/2022 9:53:39 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W0LX ANNISTON DEPOT PROP DIV ANNISTON AL 36201-4199 USA
 
ZIP Code
36201-4199
 
Solicitation Number
W911KF-22-S-0005
 
Response Due
6/3/2022 8:00:00 AM
 
Point of Contact
Reese Wells
 
E-Mail Address
christopher.r.wells36.civ@army.mil
(christopher.r.wells36.civ@army.mil)
 
Description
REQUEST FOR INFORMATION Anniston Army Depot Electric Motors Rewind, Repair, Test, and Replace Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized in the same manner as this notice, at www.sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background This requirement is for the corrective maintenance support for the Electric Motors located at Anniston Army Depot, Anniston, Alabama. See Attachment 1 � STATEMENT OF WORK. Period of Performance or Delivery Date (choose based on requirement): Period of Performance: 1 Jul 23- 30 Jun 24. 3.0 Requested Information 3.1 Capability Statement, which includes any past performance examples of similar projects. 3.2 Recommended Contracting Strategy 3.3 Input/Responses on the following: 3.3.1 Are there enough details to assemble an accurate hardware price? If not, please identify shortcomings or other necessary information. 3.3.2 Are there enough details to assemble an accurate software and integration/installation price that will meet the Government�s requirement? If not, please identify shortcomings or other necessary information. 3.3.3 What additional information, if any, would be necessary to formulate a transition plan? 3.3.4 What sections, if any, require additional definition in order to properly specify your product? 3.3.5 Is the estimated Period of Performance time sufficient? If not, what would your firm propose? 3.3.6 Any additional questions/concerns/input your firm may have in regards to this Statement of Work (SOW). 4.0 Responses 4.1 Interested parties are requested to respond to this RFI via MS Word document by responding to the Point of Contact (POC) below. 4.2 Responses are due no later than 6/3/22 AT 10 AM CST. Responses shall be limited to those items referenced in section 3.0 and 4.3 and shall be submitted via e-mail only to Reese Wells, Christopher.r.wells36.civ@army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3. Responses shall provide administrative information, and shall include the following as a minimum: 4.3.1 Company Name, mailing address, and CAGE code. 4.3.2 Name, mailing address, phone number, and e-mail of designated point of contact. 4.3.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Size Standard $8.0M. 5.0 Industry Discussions Anniston Army Depot representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements and any other items specified herein. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to Christopher.r.wells36.civ@army.mil. Verbal questions or phone calls will NOT be accepted. Questions will be answered by posting responses to the www.sam.gov website. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 6/3/22 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Electric Motors Rewind, Repair, Test, and Replace. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fda4c6f846e346dfa7a3605059a03c9f/view)
 
Place of Performance
Address: Anniston, AL 36201, USA
Zip Code: 36201
Country: USA
 
Record
SN06333292-F 20220521/220519230105 (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  © 1994-2020, Loren Data Corp.