SPECIAL NOTICE
71 -- Fort Carson, CO Army Community Service (ACS) Furniture
- Notice Date
- 5/21/2015
- Notice Type
- Special Notice
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ15T0047
- Archive Date
- 5/20/2016
- Point of Contact
- Talia DiLuzio, 719-524-1783
- E-Mail Address
-
MICC - Fort Carson
(talia.e.diluzio.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification and Approval Notice THIS IS FOR NOTIFICATION PURPOSES ONLY. The U.S. Government currently intends to award a contract for Fort Carson Army Community Services (ACS) office system furniture on an SOLE SOURCE basis. However, vendors that may be able to perform this requirement in order to support a competitive procurement are encouraged to respond. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this notification. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm-fixed price contract to Herman Miller for the purchase and installation of office system furniture, that is compatible with existing office system furniture, at Fort Carson ACS. The statutory authority for the sole source procurement is FAR 13.106(b) (1). Please see the attached are the draft Statement of Work (SOW) and Spec Sheet for requirement details. Additionally, please see the attached Redacted Sole Source Justification and Approval. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination of award will be based upon responses to this notice and is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is 337127 with a small business size standard of 500 employees. In response to this notice, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notification. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft SOW to acquiring the identified items/services. All questions or inquires concerning this sources sought shall be submitted in writing via email to Talia E. DiLuzio, Contract Specialist at talia.e.diluzio.civ@mail.mil no later than 8:00 a.m. Mountain Time on June 1, 2015. All responses shall be received no later than 2:00 p.m. Mountain Time, 4:00 p.m. Eastern Time, on June 4, 2015 via to email to talia.e.diluzio.civ@mail.mil and nicholas.d.tapp.civ@mail.mil. MICC-Fort Carson will not accept telephone or facsimile inquiries or quotations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ee94273e0f0adde91547359afac0c87f)
- Record
- SN03740089-W 20150523/150522000308-ee94273e0f0adde91547359afac0c87f (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 |