Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2014 FBO #4766
SOURCES SOUGHT

87 -- Mission and Installation Contracting Command - Fort Hood, Texas is conducting a survey to determine the availability of local small business (SB) firms that can provide Bermuda Hay Bales.

Notice Date
12/10/2014
 
Notice Type
Sources Sought
 
NAICS
111940 — Hay Farming
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-15-T-0037
 
Response Due
12/23/2014
 
Archive Date
2/8/2015
 
Point of Contact
Traci Holmes, 2542875508
 
E-Mail Address
MICC - Fort Hood
(traci.d.holmes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Mission and Installation Contracting Command - Fort Hood, Texas is conducting a survey to determine the availability of local small business (SB) firms that can provide Bermuda Hay Bales. The requirement consists of providing: 4,000 Small Rectangular Coastal Bermuda Hay Bales. The Coastal Bermuda Hay shall not contain any native or foreign grasses mixed in such as Mexia, Kline Grass, Sudan, Johnson grass, Bluestem, Dallas Grass, or Alfalfa. No supplement hay shall be provided (such as Tifton Grass). Shall be baled in rectangular/square bales. The weight per bale shall be 60-70 pounds and no more than 75 pounds. Dimension will be approximately 42 x 21 x 16 inches. Hay shall be cut at a length and bound tight enough with baling wire or baling string to keep from falling apart or split open during transporting and off-loading, or when fed to animals. Shall maintain a minimum of 6% or higher protein level, and be free of toxic substances (to include mold, fungus, insects, fertilizers and pesticide, insecticide or herbicide toxins). Shall contain less than 5% per bale extraneous weed (grass burrs, nettles, goat heads, etc.), mesquite thorns, or cactus. Absolutely no trash is allowed, such as baling wire or road side trash, or anything not eatable for horses or mules. This sources sought notice is issued for information and planning purposes only and should not be construed as a commitment or authorization to incur costs in anticipation of any procurement. The North American Industry Classification System (NAICS) code for this requirement is 111940, Hay Farming. Small Business Size Standard is $750,000.00. Interested parties should submit a Statement of Capability indicating qualifications and capability to perform any/all of the services described above. Information should include any relevant past job experience in providing same/similar services. Identify the types of services you have performed, which services you have not performed but have the capability to perform, and how long it would take you to be technically and financially prepared to begin performance. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Include business size and type (i.e., Small Business, Small Disadvantaged Veteran Owned Small Business, Women Owned Small Business, Section 8(a) Small Business, or Large Business) in relation to the size standard for NAICS 111940. No Government contract can be awarded to a vendor who is not actively registered in the System for Awards Management (SAM). For information regarding registration requirements, you are encouraged to visit https://www.sam.gov. All information collected in response to this request for information will become property of the U.S. Army and will not be returned. In addition to the above requested information: interested offeror shall provide suggestions on how the requirement could be structured to facilitate competition by and amongst small business concerns. Describe any conditions, if any that may limit small businesses from participation. Information provided to the Government as a result of this request is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by potential offeror's or their employees' regarding this requirement is strictly prohibited. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. Responses are due no later than 4:00 P.M. CST, 23 December 2014. Firms should provide their information via email to Ms. Traci Holmes-Leonard, Contract Specialist, at traci.d.holmes.civ@mail.mil (254) 553-5508, and courtesy copy Mr. Juan Perez, Contract Officer, juan.c.perez8.civ@mail.mil at (254) 287-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/589b85dc485673a01ec5c22ebc640c17)
 
Place of Performance
Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN03592496-W 20141212/141210234528-589b85dc485673a01ec5c22ebc640c17 (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.