Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:PANHES19P0000005029
The Walter Reed National Military Medical Center (WRNMMC) Information Technology Department (ITD) located in Bethesda, MD., in coordination with the U.S. Army Corps of Engineers (USACE) Huntsville Eng...
The Walter Reed National Military Medical Center (WRNMMC) Information Technology Department (ITD) located in Bethesda, MD., in coordination with the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center Contracting Office (HNC) is seeking a contractor to provide monthly preventative maintenance (PM) inspections for 360 Penn Delmar Power batteries contained in 9 cabinets (40 batteries per cabinet) in support of the Data Center systems. The batteries are part of the secondary backup for the UPS systems currently installed at the facility. All Inspections shall be made under normal float conditions. Readings shall be taken in accordance with the Manufacturer's instructions. In accordance with FAR Part 6.302-1, USACE HNC intends to make a sole source award to 3T Innovations (6L9J2), for the maintenance and inspection support services identified above. Per Penn Delmar, Penn Delmar is the only authorized service provider for Penn Delmar Power batteries and 3T Innovations is the only authorized vendor to work in conjunction with Penn Delmar Power. Award will include one 365 day base year and two (2) 365 day option years. The anticipated source is 3T Innovations (6L9J2), located at 780 S. Florida Ave. Tarpon Springs. FL. 34689-2837. This is not a formal solicitation or request for quote. This synopsis of intent is to give notice of the Government's intent to make a Sole Source award. Contractors who may be able to provide the WRNNMC with the required maintenance and inspection support of its existing Penn Delmar Power batteries in accordance with the synopsis listed below are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. A positive response shall include an authorized letter from Penn Delmar Power reflecting authorization to act as their authorized distributor on any resultant award. Responses should also appear on company letterhead and include, at a minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses should be furnished electronically to the contacts listed below not later than 4:00 P.M. CST, Thursday, 7 February 2019. Contract Specialist: Keary L O'Flaherty Email: keary.o'flaherty@usace.army.mil Phone: (256) 895-1132 Contracting Officer: Peter Wren II. Email: peter.wren@usace.army.mil Phone: (256) 895-8286