Loading...
W911N226QA040
Response Deadline
May 15, 2026, 4:00 PM(EDT)15 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT/REQUEST FOR INFORMATION W911N226QA040
FOR
Preventative maintenance and repair of quantity one each GE CRxFlex I and quantity two each GE CRxFlex II Digitizer and Workstation Imaging Pieces of Equipment at Letterkenny Munitions Center (LEMC)
The Government intends to award a commercial, Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a five (5) year ordering period no later than 21 August 2026 and will use the results of this request to develop its acquisition strategy. All information submitted will be held in confidential status.
The Army Contracting Command, Redstone Arsenal – Letterkenny Army Depot (ACC-RSA-LEAD) is issuing this Request for Information (RFI) and Source Sought announcement to gain information from industry and seek sources capable of and interested in performing the services required to maintain and repair quantity one each GE CRxFlex I and two each GE CRxFlex II Digitizer and Workstation Imaging Pieces of Equipment. The purpose of providing this information is to conduct Market Research and identify interested sources capable of performing these services.
Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.
Eligibility
At this point, the Government requests responses from all interested capable businesses. The applicable Product Service Code (PSC) is J066 and the applicable NAICS for this requirement is 811210 - Electronic and Precision Equipment Repair and Maintenance with a with a small business size standard of $34M. At this time, the Government has made no decisions about whether a full and open competition will occur. Upon receipt of all responses to this notice, the Government will determine its path forward.
Capabilities Statement and additional Information and Submission Details
REQUESTED INFORMATION:
Please provide a Capabilities Statement, which must address the following items:
1. Do you have experience conducting preventative maintenance and repairing GE CRxFlex I and II machines? Describe the type of work your company performed in the past in support of the same or similar requirements?
2. Is your company authorized by GE to perform repairs and preventative maintenance on the GE CRxFlex I and the CRxFlex II Digitizer and Workstation Imaging Equipment? Does your company have authorized technicians or field service engineers that perform this work?
3. If your company is authorized by GE to perform repairs and preventative maintenance on the GE CRxFlex I and the CRxFlex II Digitizer and Workstation Imaging Equipment, what proof of being authorized by GE can you provide to verify this information?
4. How does your company typically charge for these services? Do you come out to look at the item and then submit a quote for repair? Does your company come out to look at the item free of charge or do you charge a service call fee?
5. Do you currently have a maintenance plan or service agreement that includes these items and services? If so, can you please share it with the Government along with all of the terms and conditions. Could your company provide a 'Full Service Agreement' (inclusive of all parts/labor)?
6. If your company has provided these services or similar services for GE CRxFlex I and the CRxFlex II Digitizer and Workstation Imaging Equipment for other Government Agencies, please provide the agency and what contract vehicle(s) were utilized for those contracts. Please provide contract numbers and Government POCs.
7. If your company currently rents these types of machines to industry or the Government, can you please provide what you typically charge for a one-week rental for each model?
8. Does your company currently possess the capabilities to perform all the tasks for the required work internally? If not, what areas may require accomplishment with teaming arrangements and subcontracting?
9. Please provide any general questions or clarifications regarding this requirement.
10. Please note that under a Small-Business Set-Aside, in accordance with RFO FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the requirement.
11. If applicable, indicate whether you qualify as a Small, Small Disadvantaged, 8(a) Small Business, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern and provide your documentary proof from the Small Business Administration.
12. Please supply your reps and certs as well as your SBA Profile.
Please offer recommendations to improve the technical specifications of this requirement. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. The Government appreciates your answers and feedback and welcomes any questions you have.
If your firm is capable of supporting the requirements described in this RFI, please provide a Capability Statement to Ms. Danielle Rhone at Danielle.r.rhone.civ@army.mil and to Mr. Thomas Hall at Thomas.c.hall111.civ@army.mil by 15 May 2026, 12:00 P.M. Eastern Time.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC RSA
W6QK LAD CONTR OFF
W6QK LAD CONTR OFF
1 OVERCASH AVE KO
BLDG 10
CHAMBERSBURG, PA, 17201-4150
NAICS
Electronic and Precision Equipment Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT