Missouri Bids > Bid Detail

CRBN (HAZMAT) Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159732267746920
Posted Date: Dec 15, 2022
Due Date: Jan 15, 2023
Solicitation No: PANMCC23P0003367
Source: https://sam.gov/opp/04944b7781...
Follow
CRBN (HAZMAT) Maintenance
Active
Contract Opportunity
Notice ID
PANMCC23P0003367
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEONARD WOOD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 15, 2022 09:25 am CST
  • Original Response Date: Jan 15, 2023 10:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J052 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Fort Leonard Wood , MO 65473
    USA
Description

SOURCES SOUGHT SYNOPSIS



THIS IS A Sources Sought Notice ONLY. Please DO NOT respond with quotes. The Chemical, Biological, Radioactive and Nuclear (CBRN) School, Maneuver Support Center of Excellence (MSCOE) requires Maintenance support is imperative for the continuation of CBRN training. Maintenance of the following Self Contained Breathing Apparatus (SCBA)s’: SCOTTS©, DRAEGER©, MSA©, and SPIRION© are required to be performed daily to ensure compliance with monthly, quarterly, and annual list of air quality checks, tests and inspections required by AR 11-34, NFPA 1500, NFPA 1852, 29 CFR 1910.134, 49 CFR Part 180.205, and meet the requirements for Type 1-Grade D breathing air as described in CGA Commodity Specification for Air, G-7.1-1989. Maintenance of the Mult-Gas Monitor (MultiRae©) is required bi-annually and annually per manufacturers guidelines. Maintenance support from TACOM is not possible due to their personnel not possessing the proper technical skills or certifications for this requirement.





Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.





The purpose of this notice 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 to service these items.





This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are:



811210 (Electronic and Precision Equipment Repair and Maintenance), $30M





In response to this source sought, please provide:





1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes@army.mil at 210-466-3015 or thomas.f.cavalier.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) in addition, the corresponding NAICS code.





3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.





7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS/SOO to acquiring the identified items/services.





8. Point of contact for this action is Mr. Thomas F. Cavalier, Contract Specialist. Inquiries will only be addressed by Email: thomas.f.cavalier.civ@army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 8112 NEBRASKA AVE
  • FORT LEONARD WOOD , MO 65473-0140
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 15, 2022 09:25 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >