Skip to main content

An official website of the United States government

You have 2 new alerts

GENERATORS AND UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEMS - PREVENTATIVE MAINTENANCE AND REMEDIAL REPAIRS

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 (Updated)
  • Updated Published Date: Nov 21, 2024 09:53 am EST
  • Original Published Date: Nov 20, 2024 11:28 am EST
  • Updated Response Date: Dec 02, 2024 12:01 pm EST
  • Original Response Date: Dec 02, 2024 12:01 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 17, 2024
  • Original Inactive Date: Dec 17, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Tobyhanna , PA 18466
    USA

Description

INTRODUCTION

Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Tobyhanna Division is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and the ability to provide the PREVENTATIVE MAINTENANCE AND REMEDIAL REPAIRS FOR 30 GENERATORS AND 19 UPS SYSTEMS AND THEIR COMPONENTS. Please refer to the DRAFT Performance Work Statement and the Generators and UPS Systems lists included with this announcement for more information about the requirements.

The result of this market research will contribute to determining the method of procurement if a requirement materializes. It is anticipated that any award resulting from a solicitation will be a single-award, firm fixed price and time and materials hybrid contract. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

ELIGIBILITY

The applicable NAICS code for this requirement is 811310 with a Small Business Size Standard of $12,500,000. The Product Service Code (PSC) is J049.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating the ability to provide the services listed in the DRAFT Performance Work Statement. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.

Your response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to Deborah Belak, Contract Specialist, in either Microsoft Word or Portable Document Format (PDF), via email to Deborah.Belak.civ@army.mil no later than 12:01 p.m. EST on 2 December 2024 and reference the synopsis number  PAN023143 in the subject line of the e-mail and on all attached documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

If your organization has the potential capacity to provide the required services, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address(es), website address, telephone number(s), and the type of ownership of the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Contact Information

Contracting Office Address

  • TOBYHANNA ARMY DEPOT 11 HAP ARNOLD BLVD
  • TOBYHANNA , PA 18466-0000
  • USA

Primary Point of Contact

Secondary Point of Contact





History