Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 28, 2013 FBO #4417
MODIFICATION

H -- Basic Environmental Support Services (BESS III)

Notice Date
12/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACC-APG Garrison Contracting Division, 6001 Combat Drive, ABERDEEN PROVING GROU, MD 21005-0000
 
ZIP Code
21005-0000
 
Solicitation Number
W56ZTN14R0005
 
Response Due
1/10/2014
 
Archive Date
2/24/2014
 
Point of Contact
SSG Gloria R Velasquez, 443-861-5008
 
E-Mail Address
ACC-APG Garrison Contracting Division
(gloria.r.velasquez.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Contracting Command Aberdeen Maryland, Garrison Division, is seeking sources for ENVIRONMENTAL SERVICES. SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY This source sought is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or a Request for Proposal (RFP). This source sought is issued in accordance with the Federal Acquisition Regulation (FAR) Part 10.001(a)(2)(ii) to conduct a Market Research before soliciting offers for an acquisition with an estimated value in excess of the simplified acquisition threshold and FAR Part 10.002(b)(2)(i), Contacting knowledgeable individuals in the Government and industry regarding market capabilities to meet this requirements. The Governments intent, based on the information received from this source sought is to make a determination if a Solicitation can issued as a 100% small business set-aside or provide fair opportunities to all Offerors regardless of business size. No funds have been authorized, appropriated or received for this effort. The result of this source sought notice will help determine if sources capable of satisfying the agency's requirements exist. Additionally, it is not the Governments intention to enter into a contract based on this notice or otherwise pay for information solicited. The North American Industry Classification System (NAICS) Code for this requirement is 541620, Environmental Consulting Services. Firms responding to this RFI should state whether they are a small business concern, as defined by Small Business Association Size Standard for the NAICS 541620 is $14 Million. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the evaluation of the information received. ACC-APG will not accept unsolicited proposals in response to this source sought. QUESTIONS RELATING TO THIS SOURCE SOUGHT: Any questions regarding this source sought must be submitted via email to Gloria.r.velasquez.mil@mail.mil no later than 2:00 p.m. Eastern Time on January 09, 2014. Please be advised that questions and/or comments may not be protected as proprietary and the Government reserves the right to transmit those questions and answers of a common interest to other vendors. PHONE CALLS ARE STRONGLY DISCOURAGED. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: RESPONSES SHOULD INCLUDE: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) WHITE PAPER RESPONSES REQUIREMENTS: White Papers are limited to 20 pages, not including the title page and the table of contents. Your submission must use black 12-point font, single-spaced, double-sided. Page margins must be one inch at the top, bottom, and each side. Headers, footers, and page numbering may be outside the l-inch margin, but not less than a.5 inch margin. Headers, footers tables/figures and page numbering may be in 10-point or 12-point font. Please note that White Papers must be submitted as an email attachment in Microsoft Word format. All information received in response to this source sought will be treated as business confidential information, and exempted from disclosure under the Freedom of Information Act. Nonetheless, submitters should properly mark their responses, accordingly, if the information is considered to be confidential or proprietary. White Papers should address the following elements to the maximum extent possible. You may answer any or all of the questions, to the best of your ability. 1. Please describe the general capabilities of your technical solution. 2. Emphasis should be placed on prior experience conducting projects of similar scope and complexity, and publications recorded in peer-reviewed industry journals. 3. Does your organization qualify as a small business under the NAICS code 541620? 4. Are solutions that meet the requirements available under the General Services Administration (GSA) schedules program? If so, please identify the appropriate GSA Schedules and Special Item Numbers. 5. The Government is planning a firm-fixed-price and cost plus fixed fee contract type. Please identify any concerns relating to the contract type and identify expected payment provisions/milestones. 6. What would be the overall delivery/completion timeframe for your technical approach? 7. Please provide a general Rough Order Magnitude estimated dollar value for the solution. 8. Is there enough information provided in the Statement of Work to propose an adequate solution? Your White Paper and technical solution must be based on the following information provided by the Government. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing source sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2553324036717c307955ce22442f95af)
 
Place of Performance
Address: ACC-APG Garrison Contracting Division 6001 Combat Drive, ABERDEEN PROVING GROU MD
Zip Code: 21005-0000
 
Record
SN03258537-W 20131228/131226234826-2553324036717c307955ce22442f95af (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.