Inactive
Notice ID:M67004-19-Q-0058
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SY...
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS. THE GOVERNMENT WILL NOT REIMBURSE THE RESPONDENT FOR ANY COSTS ASSOCIATED WITH PREPARING OR SUBMITTING A RESPONSE TO THIS NOTICE. THE GOVERNMENT RECOGNIZES THAT PROPRIETARY DATA MAY BE A PART OF YOUR SUBMITTAL. IF SO, CLEARLY MARK SUCH RESTRICTED OR PROPRIETARY DATA AND PRESENT IT AS AN ADDENDUM TO THE NON-RESTRICTED/NONPROPRIETARY INFORMATION. The Marine Corps Logistics Command (MCLC) Albany, GA is conducting market research to identify potential sources with the capacity and technical capability of refurbishing the below items to Condition Code "A". The subject requirement is to refurbish the following items: CLIN 0001 Intercommunication Station P/N- 5483700-001 NSN- 5830-01-616-3604 QTY 14 each This is not a solicitation announcement. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant contract is anticipated to be a Firm Fixed Price type contract. This requirement fall under the North American Industry Classification System (NAICS) code 811213 Communication Equipment Repairs and Maintenance. Interested firms must demonstrate in their qualification statement that they are qualified to perform these rebuilds under this NAICS code. The Small Business Size standard is 500 Size Standards. This acquisition is not set aside for small business. Firms responding to the Sources Sought Notice are requested to provide the MCLC all appropriate documentation (i.e., a detailed capability statement and/or relevant past performance history documenting its ability to perform similar requirements) -- to support its ability to carry-out the requirements listed herein via e-mail. The capability statements shall not exceed twenty (20) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; and 3) Familiarity and product knowledge. Responses are due 8 August 2019 and shall be electronically submitted to: anthony.brunson@usmc.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. This sources sought should not be construed as commitment by the Government for any purpose. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow-up information requests. If a solicitation is released, it will be via FedBizOpps (http://www.fedbizopps.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this Source Sought Notice or a future solicitation. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Source Sought Notice.