Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

R -- Museum Staffing Services

Notice Date
6/26/2013
 
Notice Type
Presolicitation
 
NAICS
712110 — Museums
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-13-T-0111
 
Response Due
7/8/2013
 
Archive Date
8/25/2013
 
Point of Contact
Jeffery W. Johnson, 785-240-3954
 
E-Mail Address
MICC - Fort Riley
(jeffery.w.johnson.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought notice for market research. This is not a solicitation for proposals and no contract will be awarded from this notice; in addition, this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The purpose of this notice is to notify industry of intent for contract action and knowledge of potentially qualified sources. Mission and Installation Contracting Command - Fort Riley is conducting market research to determine the availability and suitability of the commercial market place to provide Museum Staffing Services for the Fort Riley Museum Division located on Fort Riley, Kansas. The Fort Riley Museum Division is designed to provide educational opportunities, and foster esprit de corps with the 60,000 patrons who visit the 1st Infantry Division, museums annually. A prospective service provider shall provide support to the Museum Division to include, but not limited to, operation of the U. S. Cavalry Museum, 1st Infantry Division Museum and the Custer House by providing general information and support to visitors and maintaining oversight of exhibit galleries during operation. Additional performance requirements are identified Section C-5 of the PWS and the Museum Standard Operating Procedures. The North American Industry Classification Systems (NAICS) code proposed for the requirement is 712110, Museums. The size standard for NAICS 712110 is #$7 million dollars. Comments on this NAICS and suggestions for alternatives must include supporting rationale. This NAICS code is subject to change if necessitated by the responses to this sources sought. No decision has yet been made regarding the small business strategy for this acquisition. Small businesses are advised that FAR 52.219-14 (2) Limitations on Subcontracting may apply. The Government is requesting that interested concerns that can fully support this requirement, furnish the following information: (1) Company name, address, point of contact, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, Central Contractor Registration (CCR) Commercial & Government Entity (CAGE) code, and E mail address. (2) Type of business, i.e., Large Business, Small Business, Small Disadvantaged, Woman-Owned, HubZone, Service-Disabled Veteran-Owned, etc. under the NAICS 712110. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the effort on a full and open basis, based on the responses to this sources sought notice, is solely with the discretion of the Government. The Government shall not pay for any information provided under this notice. The Government shall not be responsible for any costs incurred by responding to this notice. Qualified participants are invited to submit their capability in writing. Only responses received within the open days/time of this announcement will be reviewed. The Government will use this information in determining its small business set-aside decision. Contractors capable of providing these services will submit a State of Capability containing the above referenced information. Interested parties may provide evidence of the capability to accommodate this requirement and must respond by 4:00 p.m. Central Standard Time 8 July 2013. Please submit all documents and questions by e-mail to: jeffery.w.johnson.civ@mail.mil Contracting Office Address: MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442 Point of Contact(s): Jeffery W. Johnson, jeffery.w.johnson.civ@mail.mil 785-240-3954
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dbfb62e73229f51beaf6bc3d66be2661)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN03100258-W 20130628/130626235157-dbfb62e73229f51beaf6bc3d66be2661 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.