Recalibration and Service Contract for Leica Geosystems BLK2GO Laser Scanner
Summary of important facts, details, and requirements
- Location of work
- West Point, NY, USA
- Bids due date
- August 22, 2023
- Department and office
- DEPT OF DEFENSE
W6QM MICC-WEST POINT - Set aside
- N/A
This contract is seeking a small business to provide recalibration, firmware update, and service to an existing Leica Geosystems BLK2GO laser scanner at the United States Military Academy Department of Geography and Environmental Engineering at West Point, New York. The contract will be set aside for small businesses if 2 or more qualified small businesses respond. The contract requirements include:
- - Recalibration, firmware update, and service for the Leica Geosystems BLK2GO laser scanner
- - Ability to meet the requirement at a fair market price
- - Previous experience on similar requirements
- - Information on pricing, delivery schedules, terms and conditions, and warranties
- - Recommendations to improve the approach/specifications for acquiring the identified items
Interested small businesses should provide their firm's information, small business status, and NAICS code. They should also indicate if they are interested in competing as a prime contractor or not, and if they have any subcontracting, joint ventures, or teaming arrangements. Responses should be sent by August 22, 2023, to Dayanna Wallace at Dayanna.Wallace.civ@army.mil.
Update and Service of Leica BLK2GO Laser Scanner
Full details from SAM.gov
- Location of work
- West Point, NY, USA
- Bids due date
- August 22, 2023
- Department and office
- DEPT OF DEFENSE
W6QM MICC-WEST POINT - Set aside
- N/A
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a service contract to provide recalibration, firmware update and service to an existing Leica Geosystems BLK2GO laser scanner at the United States Military Academy Department of Geography and Environmental Engineering at West Point, New York on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses in all socioeconomic categories, including 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business, to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 339920-Sporting and Athletic Goods Manufacturing. A need is anticipated toprovide recalibration, firmware update and service to an existing Leica Geosystems BLK2GO laser scanner at the United States Military Academy and Garrison at West Point, NY. In response to this source sought, please provide: 1. Name of the firm, point of contact, phone number, email address, SAMs Unique Entity Identifier, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dayanna Wallace, at Dayanna.Wallace.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications to acquiring the identified items. 8. Please send all responses no later than Tuesday, 22 August 2023 at 1000 hrs. ET to Dayanna Wallace, at Dayanna.Wallace.civ@army.mil, and be sure to include the Sources Sought Notice in your email subject line.