Washington, DC Bids > Bid Detail

Truck Scales Maintenance and Repair Services

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159792034905004
Posted Date: Dec 19, 2023
Due Date: Jan 2, 2024
Source: https://sam.gov/opp/d997702b5c...
Follow
Truck Scales Maintenance and Repair Services
Active
Contract Opportunity
Notice ID
W912DR24X0YXW
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 19, 2023 03:52 pm EST
  • Original Response Date: Jan 02, 2024 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6670 - SCALES AND BALANCES
  • NAICS Code:
  • Place of Performance:
    Washington , DC 20016
    USA
Description

This Sources Sought is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent amendments. All submissions become government property and will not be returned. Any solicitation issued as a result of this notice will be in a separate announcement. The purpose of this notice is to survey interest and obtain capability statements from industry.



The U.S. Army Corps of Engineers (USACE), Baltimore District is considering a reprocurement of a firm-fixed price contract for calibration and maintenance service for the residual solids truck loading scales located at the Washington Aqueduct’s Residual Processing Facility (RPF). Attached is a draft copy of the performance work statement (PWS). WAD provides potable water to approximately one million people in the District of Columbia and Northern Virginia. As part of the water treatment and supply system, WAD maintains and operates the Dalecarlia Water Treatment Plant (WTP) and McMillan WTP.



PROJECT DESCRIPTION The proposed service contract will provide factory-trained Mettler Toledo service technicians or authorized Mettler Toledo distributor service technicians to perform calibration in accordance with the standard NIST Handbook 44, maintenance, and repair services to the three (3) truck scales located at the Washington Aqueduct’s Residential Processing Facility. The awarded Contractor shall perform all related activities and services required, cleaning, inspection, test reports, procurement of material and supplies, repair, quality control, calibration, adjustment, software update, hardware upgrade, maintenance of accurate and complete records and documents under a Firm-Fixed-Price service contract.



The work will be performed for the United States Army Corps of Engineers (USACE) within the boundaries of the Baltimore District with the primary work performed at Washington Aqueduct, Washington, District of Columbia.



A one (1) base year from award, with four (4) option years is being contemplated.



The purpose of this notice is to survey interest and obtain capability statements from industry. The North American Industry Classification System (NAICS) code for this re-procurement is 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing which has a small business size standard of 500 employees.



CAPABILITIES STATEMENT Vendors interested in the re-procurement shall submit a capabilities statement with the following:



1. Company name, address, point of contact, phone number, e-mail address, CAGE code, and UEI number.



2. Business size in relation to the NAICS code 333998, including small business category as applicable (e.g., woman-owned small business, service-disabled veteran-owned small business, etc.).



3. Narrative describing the company’s capability of fulfilling the PWS.



Email capabilities statement to Trahon Battle, Contract Specialist at Trahon.D.Battle@usace.army.mil and Vincent Gier, Contracting Officer at Vincent.J.Gier@usace.army.mil@usace.army.mil no later than 11:00 AM Eastern Time, January 2, 2024; reference Sources Sought number W912DR24X0YXW. Submissions will be shared with the Government project delivery team, but otherwise will be held in strict confidence. No feedback or evaluations will be provided to respondents regarding their submissions. If you have any questions, contact Trahon Battle by email.


Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >