SOURCES SOUGHT
88 -- SOURCES SOUGHT for Mule Boarding and Full Service Care
- Notice Date
- 7/1/2015
- Notice Type
- Sources Sought
- NAICS
- 115210
— Support Activities for Animal Production
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-15-T-0265
- Response Due
- 7/10/2015
- Archive Date
- 8/30/2015
- Point of Contact
- Vanessa Coleman, 910-907-4170
- E-Mail Address
-
MICC Center - Fort Bragg
(vanessa.a.coleman4.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information (RFI) This is a Sources Sought announcement to request information only. This is not a Request for Quote or Proposal. This acquisition is proposed to be classified utilizing the North American Industry Classification System (NAICS) Code 115210 - Support Activities for Animal Production and Standard Industrial Classification (SIC) 0751 or 0752. The Government is also considering NAICS 112920 - quote mark Horses and Other Equine Production. quote mark The U.S. Army Mission and Installation Contracting Command (MICC) - Fort Bragg, NC is seeking sources for work to be performed within approximately 30 miles from the Ft. Bragg installation; with a potential competitive 100% set-aside for Small Business (SB), 8(a), HUBZone, Service Disabled Veteran Owned (SDVOSB), Woman-Owned Small Business (WOSB), or Small Disadvantaged Business (SDB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE AFOREMENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The small business standard is $7.5M. Interested concerns, large and small, should indicate interest and capability to the Contract Specialist, in writing as early as possible, but no later than11:00 AM EST, Friday, 10 July, 2015. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing quotes/proposals on the boarding (housing), feeding, care, grooming, coordination of immunizations and transportation to and from various unit events and ceremonies for one (1) mule. The Government anticipates a Firm Fixed Price (FFP) contract with a twelve month base plus two (2) twelve month option years. Potential vendors must have an active registration in the System for Award Management (SAM) in order to be eligible for award, as well as have NAICS 115210 identified in their SAMS profile. Request interested firms respond to this notice and include the following in their response: 1. Firm's information [name of representative, address, phone number, CAGE Code, DUNS number]; 2. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 3. Business size [e.g., SB, HUBZone, SDVOSB, WOSB, SDB, large business]; 4. General Capability [general information and technical background describing your firm's experience in contracts requiring similar effort to include a summary of relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, including current projects and projects held within the last three (3) years (identified by customer, contract number, project title, project location(s), performance dates, yearly and total dollar amount, Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor)]; 5. Suggestions for how the government could form the contract or PWS that would facilitate your approach to contract execution (i.e. NAICS). 6. Distance (in miles) of business to Ft. Bragg, NC. Interested contractors may provide the above information via e-mail to the electronic address listed herein. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. Request responses are limited to five (5) pages and are due no later than 11:00 AM EST, Friday, 10 July, 2015. Electronic Address: vanessa.a.coleman4.civ@mail.mil The government reserves the right to set this acquisition aside for Small Business, HUBZone, Service Disabled Veteran Owned small business, Woman-Owned small business, or Small Disadvantaged Business firms based on the responses it receives. This RFI notice is issued for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the government in identifying potential sources in determining if a set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the government will not pay for any information or administrative cost incurred in response to this RFI. Responses to the RFI will not be returned. Proprietary information and trade secrets, if any, must be clearly marked. All information received that is marked Proprietary will be handled accordingly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f00100ac95a7075de3f35e198af2073f)
- Place of Performance
- Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN03783879-W 20150703/150702000618-f00100ac95a7075de3f35e198af2073f (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 |