The RFP Database
New business relationships start here

MOTEK CAREN SYSTEM MAINTENANCE, SOFTWARE MAINTANCE & SYSTEM SUPPORT


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Size Standard is $20.5 million. The Government will use this information to determine the best acquisition strategy for this procurement..

The Regional Health Contracting Office - Central, Fort Sam Houston, Texas, is seeking potential sources to provide Computer Assisted Rehabilitation Environment (CAREN) System software maintenance (to include updates as necessary), system support (access to the technical team), preventative yearly maintenance site visit that includes preventative maintenance inspections for four (4) Motek CAREN System. Located at the San Antonio Medical Military Center (SAMMC) and it respective using activity, Fort Sam Houston, Texas.


All responsible sources may submit a capability statement, which shall be considered by the agency before the intended award date. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. In order for the Government to consider another source, the capability statement must identify the source's ability to meet the following requirements:
* Must be able to provide all the services previously listed to include travel and labor.


Must include original equipment manufacturer (OEM), parts and materials (excluding user consumables
supplies)


* Must be able to provide OEM authorized field modification (FM's) and use individual tool and test equipment required to service the system and components.


* Must be able to provide OEM specified modifications and software upgrades.


* Must be able to provide/maintain the D-Flow Software latest version to include updates for the life of the
contract.


The Period of Performance (POP) will consist of (1) base period of 1 October 2018 - 30 September 2019 plus two


(2) option years.


Contractors responding to this sources sought notice are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to vickie.v.drumming.civ@mail.mil by the date identified below.
Contractor responses should include:



1. The size of your business with regard to North American Industry Classification System (NAICS) code 811219 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at http://farsite.hill.af.mil).

2. Company name, DUNS, CAGE, Contact information.
3. Submit no later than 10:00 AM Central Time 22 June 2018


Vickie V. Drumming, Phone 2102213078, Email vickie.v.drumming.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP