Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

J -- Annual Preventive Maintenance

Notice Date
1/24/2023 5:56:46 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
0011902443
 
Response Due
2/3/2023 10:00:00 AM
 
Point of Contact
Kathy Clayton, Phone: 2105398663
 
E-Mail Address
kathy.g.clayton.civ@health.mil
(kathy.g.clayton.civ@health.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. �No proposals are being requested or accepted with this synopsis. �THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. �Any requests for a solicitation in response to this notice will not be honored. �Brooke Army Medical Center (BAMC), Fort Sam Houston, TX has an upcoming requirement to solicit for and award Annual Preventive Maintenance services for Draeger QT Anesthesia Units and Draeger QT Ventilator Systems. �The contractor shall maintain and provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform preventative maintenance and unscheduled maintenance on the equipment as defined in the Performance Work Statement (PWS).� The period of performance will be: Base Period: ����1 April 2023 � 31 March 2024 Option Year 1: 1 April 2024 � 31 March 2025 Option Year 2: 1 April 2025 � 31 March 2026 Option Year 2: 1 April 2026 � 31 March 2027 Option Year 2: 1 April 2027 � 31 March 2028 The type of solicitation to issue will be based upon the responses to this synopsis. �Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees�, regarding this requirement is strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. �The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 811210 � ""Medical and surgical equipment repair and maintenance services"". �The Small Business Size Standard is $34.0 million. Responses to this Sources Sought Notice should demonstrate the firm�s ability, capability, and responsibility to deliver and maintain the equipment listed above.� In response to this notice, interested parties shall submit a written Statement of Capability limited up to at least 2 pages and shall include the following information: �Offeror�s name, address, point of contact, phone number, and e-mail address. �Offeror�s interest in providing a proposal/quote on the solicitation when it is issued. �Offeror�s capability to meet personnel requirements. � Offeror�s capability to perform a contract of this magnitude and complexity (include offeror�s in-house capability to execute the required services. �Documentation of appropriate services must be presented in sufficient detail for the Government to determine that your company possesses the necessary means to compete for this acquisition. � Offeror�s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. �No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice.� This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. �The Government will in no way be bound to this information if any solicitation is issued.� No subcontracting opportunity is anticipated.� A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offeror shall respond to this Sources Sought Notice no later than 3 February 2023 at 5:00 P.M. �All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response to Kathy Clayton, Contract Specialist at kathy.g.clayton@health.mil. �Telephonic inquiries will not be honored.� EMAIL IS THE PREFERRED METHOD.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d9260de10244e1b9477926b6460a690/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN06572313-F 20230126/230124230110 (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.