SOURCES SOUGHT
Y -- Cultural Resource Capping Site - Draft Map - Package #2 - Package #3
- Notice Date
- 1/30/2017
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Irwin, P.O. Box 105095, Fort Irwin, California, 92310-5095, United States
- ZIP Code
- 92310-5095
- Solicitation Number
- W9124B-17-R-0009
- Point of Contact
- Andy S. Jefferson, Phone: 7603809332, Betty Davis, Phone: 7603804864
- E-Mail Address
-
andy.s.jefferson.civ@mail.mil, betty.h.davis.civ@mail.mil
(andy.s.jefferson.civ@mail.mil, betty.h.davis.civ@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- This is a draft Statement of Work for Cultural Site Capping. SOURCES SOUGHT SYNOPSIS Map of site and potential source of material for capping SOURCES SOUGHT SYNOPSIS This is a Sources Sought Notice ONLY. The National Training Center at Fort Irwin, CA desires to procure a contractor cap 36 acres of cultural resource site near Nelson Lake at Fort Irwin, CA that have been identified as important prehistoric archeological resources and are eligible for listing on the National Register of Historic Places (NHRP). This source sought is to determine if there are enough small businesses interested in performing the tasks involved is capping the approximately 36 acres of identified cultural resources sites. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a 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 anticipated NAICS code(s) is/are: 238910, Site Preparation Contractors. The size standard for this NAICS is $32.5M. Attached is the draft of the proposed Statement of Work (SOW) and Drawings of the area. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 2. Identify whether your firm would be 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. 3. 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. Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable. 4. Information to help determine if the requirement for cultural capping 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. 5. Identify how the Army can best structure this contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC, Fort Irwin Advocate for Competition, Diane House, at diane.house.civ@mail.mil 760-380-3893, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services. 8. POC for this action is Andy Jefferson @andy.s.jefferson.civ@mail.mil or 760-380-9332
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bda12d88426c7aca7629d926fb1b1aef)
- Place of Performance
- Address: Fort Irwin California- The site is approximately 20 miles from the Cantonment area. Roads to the site are improved but not paved, Fort Irwin, California, 92310, United States
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN04384555-W 20170201/170130233933-bda12d88426c7aca7629d926fb1b1aef (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 |