Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2025 SAM #8598
SOURCES SOUGHT

J -- Calibration services for laser bore inspection system & linear variable displacement transducer stargaging sensors (LBIS & LVDT sensors)

Notice Date
6/9/2025 7:39:28 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
PANMCC-25-P-0000014425
 
Response Due
6/17/2025 12:00:00 PM
 
Archive Date
07/02/2025
 
Point of Contact
Kristen Long, Phone: 928-328-2978, Amanda Ramirez, Phone: (928) 328-4146
 
E-Mail Address
kristen.m.long6.civ@army.mil, amanda.m.ramirez24.civ@army.mil
(kristen.m.long6.civ@army.mil, amanda.m.ramirez24.civ@army.mil)
 
Description
REQUEST FOR INFORMATION (RFI) Procurement Office: The Mission and Installation Contracting Command (MICC), Yuma Proving Ground (MICC-YPG), is currently conducting market research to attempt to bolster government and industry coordination and partnership in supporting the Metrology and Simulation Division at the United States Army Yuma Proving Ground (USAYPG), AZ. This RFI is being issued to inquire about Calibration and maintenance services for laser bore inspection system & linear variable displacement transducer stargaging sensors (LBIS & LVDT sensors). THIS REQUEST FOR INFORMATION (RFI) is solely for information and planning purposes. It does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. Further, MICC is not at this time seeking quotes and will not accept unsolicited quotes. Responders 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. The Government is interested in any input from the small business community as well as questions regarding the requirement. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. INFORMATION: Proposed item to be supplied is anticipated to be classified under the following North American Industry Classification (NAICS) 811210 Electronic and Precision Equipment Repair and Maintenance which was considered and selected as this industry comprises establishments primarily engaged in repairing and maintaining one or more of the following: (1) consumer electronic equipment; (2) computers; (3) office machines; (4) communication equipment; and (5) other electronic and precision equipment and instruments, without retailing these products as new. Establishments in this industry repair items, such as microscopes, radar and sonar equipment, televisions, stereos, video recorders, computers, fax machines, photocopying machines, two-way radios, cellular telephones, and other communications equipment, scientific instruments, and medical equipment. *Please submit answers to the following questions* 1. Do you classify the service as commercial? 2. Identify if your organization has the ability to perform some or all of the requirements described in the PWS and include a capability statement. 3. Identify all socio-economic categories (e.g. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business and women-owned small business) that apply to your company under NAICS code 811210 with a size standard of $34.0 million. 4. What contract type(s) would your organization recommend for the contemplated services described within the PWS (i.e. Cost-Plus-Fixed-Fee, Firm-Fixed-Price, Time and Materials, Labor Hour, etc)? 5. What NAICS code would you recommend for the contemplated services described within the PWS? 6. Identify if any possible teaming arrangements exist. NOTE: Any questions need to be submitted in writing **This is for Market Research Purposes ONLY**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f546ebe8ee0748e2b79086ca653ae347/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07470991-F 20250611/250609230044 (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.