Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

23 -- Fire Truck Services and Proprietary Maintenance - PWS - Fire Truck List

Notice Date
3/6/2017
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
 
ZIP Code
22060-5134
 
Solicitation Number
W91QV1-17-SS-3365
 
Archive Date
3/28/2017
 
Point of Contact
Chae H Lee, Phone: 7038068706, Sandra E. Guster,
 
E-Mail Address
Chae.h.lee11.civ@mail.mil, sandra.e.guster.civ@mail.mil
(Chae.h.lee11.civ@mail.mil, sandra.e.guster.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Contractor's Fire Truck Service and Maintenance Subject Matter Experts (SME) to ensure the Logistics Readiness Center Maintenance Division General Fund Enterprise Business System (GFEBS) records are accurate, complete and Chief Financial Officer Audit compliant on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. 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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining this requirement. The anticipated NAICS code(s) is 811310 - Commercial and Industrial Machinery and Equipment Repair and Maintenance - Size Standard is $7.5M. If the requirement is awarded, the Period of Performance will be for 5 years from 01 May 2017 - 30 April 2022 Attached is the Performance Work Statement (PWS) which will be used to determine your firm's capability to meet this requirement. 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 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. 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. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, and customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these 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. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Please provide all information addressing paragraphs 1 through 7 to include the subject of the acquisition or this announcement, to the MICC POC Chae Lee chae.h.lee11.civ@mail.mil no later than 10 March 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42599d06f85c67eca8ec6395b95d3c3f)
 
Place of Performance
Address: Fort Belvoir Fire Department, Joint Base Myer-Henderson Hall, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04424923-W 20170308/170306235142-42599d06f85c67eca8ec6395b95d3c3f (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.