Skip to main content

An official website of the United States government

You have 2 new alerts

Calibration of Electrical Equipment

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Sep 05, 2024 08:13 am EDT
  • Original Response Date: Sep 11, 2024 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 26, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Fort Leonard Wood , MO 65473
    USA

Description

This is a SOURCES SOUGHT announcement; market survey for information purposes only, to be used for preliminary planning purposes. No quotes are being requested or accepted with this synopsis.

The U.S. Army Corps of Engineers (USACE) - Humphreys Engineer Center Support Activity (HECSA) has been tasked to solicit for and award a contract for calibration of electrical equipment for the 249th Engineering Battalion. A draft Performance Work Statement (PWS) describing the required calibration services is attached.

The proposed contract is expected to be a Firm Fixed Price contract. The estimated period of performance is for one (1) year from the date of award and four (4) option period of 12 months each.

Interested vendors with North American Industry Classification System (NAICS) code 811210 are encouraged to submit a brief capability package. This is open to all business sizes; however, the Government is particularly interested in small business vendors that may be capable of supporting this requirement. The capability packages for this sources sought market survey are not expected to be quotes, but rather statements regarding the company's existing experience in relation to the areas specified in the attached document. It is asked that interested parties respond to this sources sought synopsis with the following information:

Organization name or names if a teaming arrangement is proposed, location, CAGE Code, point of contact (email address; phone number).

Socioeconomic Status as reflected in beta.SAM.gov;

  • In order for USACE- HECSA to assess set-aside possibilities under the NAICS code specified above, interested firms shall identify their company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service-disabled, veteran-owned small business; or 7) large business.

Company's capability to provide the required services to include, but not limited to:

  • Comments on the attached draft Performance Work Statement.
  • Information regarding the industry standards for the services listed in the Performance Work Statement or Leadtime for calibration of the equipment listed in the PWS.
  • Is your company capable of providing the following services, as listed in the draft Performance Work Statement? If the answer is yes, in how many days is your company capable of providing all the required services?
  • Identify challenges and risks associated with meeting the requirements listed in the draft Performance Work Statement and how your organization would minimize those risks.
  • Discuss your company’s resources/personnel and equipment your company has in order to perform the required calibration services.
  • Mobile delivery services with onsite calibration services. Is there a fee for mobile delivery services?
  • Mobile delivery services with pickup from the 249th Engineering Battalion locations in VA, NC, and HI, transportation to the contractor’s facility and return to the 249th Engineering Battalion.
  • Shipping to and from the 249th Engineering Battalion to the contractor’s facility.
  • Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform.

A rough order of magnitude estimate for all the required services.

This market survey is for informational and planning purposes only and does not constitute a Request for Quote (RFQ). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey.

The Government is not obligated to notify respondents of the results of this survey. Interested companies shall respond to this sources sought synopsis no later than 3:00 PM EST on 28 August 2023. Responses can be submitted via email to Mrs. Giorgiana Chen at Giorgiana.Chen@usace.army.mil and David Williams at david.a.williams@usace.army.mil.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 7701 TELEGRAPH ROAD
  • ALEXANDRIA , VA 22315-3860
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Sep 27, 2024 12:00 am EDTSources Sought (Original)