Sources Sought for Tektronix 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 (Original)
- Original Published Date: Jan 30, 2025 01:54 pm EST
- Original Response Date: Feb 07, 2025 10:00 am EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 22, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J010 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS
- NAICS Code:
- 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Place of Performance: Dahlgren , VA 22448USA
Description
SOURCES SOUGHT ANNOUNCEMENT
**THIS NOTICE IS BEING SENT FOR MARKET RESEARCH PURPOSES ONLY
AND CANNOT BE AWARDED.**
Anticipated Date to be published in SAM: 1/30/2025
Anticipated Closing Date: 2/7/2025
POC Code/Name: Heather Wiley
Telephone#: 540-742-8742
Email Address: heather.r.wiley2.civ@us.navy.mil
FSC Code: J010, J016, J017, J028, J029, J035, J036, J043, J051, J052, J058, J059, J060, J066, J070, and J099.
NAICS: 811310- Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance.
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY issued by Naval Surface Warfare Center Dahlgren Division (NSWCDD). This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is under no obligation to pay direct or indirect costs or charges that arise as a result of contractor submission of responses to this notice or the Government’s use of such information. The information provided in this document is subject to change and is not binding on the Government.
NSWCDD is conducting market research for Sources Sought for Evaluation, Repair and Calibration Services for hardware including Tektronix and Agilent products.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is soliciting market research information from industry on its ability to provide Evaluation, Repair and Calibration Services identified in the draft statement of work (SOW) including sample inventory identified in Attachment A. Attachment A identifies potential or similar hardware in inventory that may require services. The immediate objective is to survey and assess interest from all businesses capable and interested in participating in this effort. Responses to this Sources Sought will be evaluated to make this determination.
This Sources Sought is only for the purpose of identifying potential sources as part of market research. No Request For Quote (RFQ) exists; therefore, do not request a copy of the RFQ. Responses to the Sources Sought will not be returned.
Responses to this Sources Sought are not quotes on which NSWCDD can issue any contract. This Sources Sought is issued for information and planning purposes only and does not itself constitute an RFQ. The Government does not intend to award a contract, or BPAs based only on responses to this Sources Sought.
All information received in response to this Sources Sought marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.
The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 811310- Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance.
Any potential RFQ or Awards would be posted on SAM.gov. Simplified Acquisition procedures in accordance with FAR Part 13 would be utilized. The basis of award would be Lowest Price Technically Acceptable. Submitted pricing quotes must be FOB Destination, inclusive of shipping. Award would be Firm Fixed Price. Items must be TAA Compliant.
Set-Aside: The opportunity is not set aside for any specific small business category, though the notice explicitly invites participation from Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Business, and Woman Owned Small Business.
Documents: A draft statement of work, contract data requirements list (CDRL) and list of sample inventory are attached to this source sought. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement.
Request for Capability Statements:
Capability statements are requested to determine if other businesses are capable of performing this work. All businesses capable of fully satisfying the requirements described above and outlined in the attachment should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability.
- Interested parties are requested to provide a coversheet with the official company name, cage code, and point of contact including name, phone number and email address. Cage codes will be used for verification of the inclusion in the System for Award Management (SAM);
- Interested parties should submit documentation addressing the company’s capabilities supporting the requirements identified in the attached SOW and including equipment identified in Attachment A;
- A summary of specific past performance on same or similar size and scope of work performed by the Offeror within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number.
All questions are to be submitted via email to the Contract Specialist: Heather Wiley, with the email titles to include: "Capability Statement Sources Sought for Tektronix Repairs" in subject line.
Responses shall be provided by e-mail to Contract Specialist’s Heather Wiley no later than 1200 EST on 07 February 2025. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal.
Electronic responses must be in Microsoft Word® or Adobe Acrobat® formats and the font size shall not be smaller than 10 point.
Companies must also be registered in the System for Award Management (SAM.gov) to be considered a potential source. The statement of capability shall be UNCLASSIFIED.
Please send responses with the subject heading “Tektronix Repairs” to Heather Wiley at: heather.r.wiley2.civ@us.navy.mil by Friday, 07 February 2025 at 10:00 am ET.
NOTE: This Sources Sought is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation For Bids (IFB), a Request For Proposals (RFP), a Request For Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice.
Attachments/Links
Contact Information
Contracting Office Address
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
Primary Point of Contact
- Heather Wiley
- heather.wiley@navy.mil
- Phone Number 5407428742
Secondary Point of Contact
History
- Feb 22, 2025 11:55 pm ESTSources Sought (Original)