Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
SOURCES SOUGHT

99 -- Elevator Cab Replacement and Associated Parts - SOW

Notice Date
4/4/2017
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - West Point, 681 Hardee Place, West Point, New York, 10996-1514, United States
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-17-T-0142
 
Point of Contact
Bryan Rymer, Phone: 8459384416
 
E-Mail Address
bryan.d.rymer.civ@mail.mil
(bryan.d.rymer.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Replacement of Elevators, Cabs and all associated parts 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 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: 238290, Elevator Installation, Size, $15,000,000 A (continuing) need is anticipated for the (identify requirement) (which is currently being fulfilled through current contract # ____________). (If supply, describe the requirement in sufficient detail to help interested vendors address their capabilities relative to the item.) Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data (for services). 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. [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 (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. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d8e55cc97bdcdf7e8e8e239730bf779d)
 
Place of Performance
Address: West Point Military Academy, West Point, New York, 10996, United States
Zip Code: 10996
 
Record
SN04459408-W 20170406/170404235454-d8e55cc97bdcdf7e8e8e239730bf779d (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.