Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

S -- Fort Bragg Full Food Services - Ft Bragg FFS Sources Sought

Notice Date
12/6/2017
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
W91247-18-R-0005
 
Point of Contact
Angelina M. Clements, Phone: 9103964818, Julia A Kennedy, Phone: 9104324993
 
E-Mail Address
angelina.m.clements.civ@mail.mil, julia.a.kennedy6.civ@mail.mil
(angelina.m.clements.civ@mail.mil, julia.a.kennedy6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
TE J - Diner Comment Card TE I - DFAC Location Map TE H - AIE & CAC TE G - Sample Uniform TE F - Historical Workload TE E - Durable Supplies Listing TE D - DFAC Equipment List TE C - DFAC Drawings TE B - Deliverables TE A- Performance Requirements Summary (PRS) Ft Bragg FFS PWS Draft SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Full Food Services (FFS) for Ft. Bragg, North Carolina 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. Service Licensing Agencies are included in participation. 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 is: 722310 Food Service Contractors $38.5 Million. A continuing need is anticipated for FFS which is currently being fulfilled through current contract # W91247-13-D-0010. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. 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 such as security clearances, lead time for implementation. 4. Information to help determine if the requirement for FFS 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. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3d1d2e4fbbbd836f4afdaedea44fd92c)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04758955-W 20171208/171206231330-3d1d2e4fbbbd836f4afdaedea44fd92c (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  © 1994-2020, Loren Data Corp.