Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2016 FBO #5346
SOURCES SOUGHT

38 -- Heavy Equipment Rental - Purchase Description

Notice Date
7/11/2016
 
Notice Type
Sources Sought
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 111 South George Mason Drive, Building 2, 4th Floor, Arlington, Virginia, 22204-1382, United States
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L-16-R-LNHE
 
Point of Contact
Elizabeth R. Henderson, Phone: 2406128020
 
E-Mail Address
elizabeth.r.henderson6.mil@mail.mil
(elizabeth.r.henderson6.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Purchase Description This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. The NGB/AQ at Andrews AFB, MD is seeking commercial sources to provide assorted rental of heavy equipment for use in Lincoln, NE in support of NGB A3/ IRT (Innovative Readiness Team). It is anticipated that the contract performance period will include one basic period from 22 July - 23 August. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 532412-Construction machinery and equipment rental or leasing without operator. The size standard for NAICS 532412 is $32.5M. The government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide the aforementioned information, along with interest and capability statements. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration (please limit to no more than two pages-separate from questionnaire limitation) are requested to be submitted in writing with the capabilities statement due on 13 July 2016. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be emailed to Elizabeth R. Henderson, NGB/AQ at Elizabeth.r.henderson6.mil@mail.mil. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-LNHE/listing.html)
 
Place of Performance
Address: 6980 W. Fletcher, Lincoln, Nebraska, 68524, United States
Zip Code: 68524
 
Record
SN04178068-W 20160713/160711235030-0e26b57385f4d404361f8784b69a7a41 (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.