Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOURCES SOUGHT

J -- Mattress Refurbishment - Draft Performance Work Statement

Notice Date
5/2/2018
 
Notice Type
Sources Sought
 
NAICS
337910 — Mattress Manufacturing
 
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-T-0008
 
Archive Date
6/9/2018
 
Point of Contact
Quentin Williams, Phone: 9109073510, Anna M. Walker, Phone: 9109084602
 
E-Mail Address
quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil
(quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement for Mattress Refurbishment SOURCES SOUGHT SYNOPSIS THIS IS a Sources Sought Notice ONLY and a request for Industry comment for informational and planning purposes and shall not be construed as a solicitation or as an obligation on the part of the Mission and Installation Contacting Command, Fort Bragg (MICC-FB). This Sources Sought is intended strictly for market research and the purpose of this Sources Sought & Request for Industry Comment to determine the interest and capability of potentially qualified small business firms, relative to the North American Industry Classification Code (NAICS) 337910, "Mattress Manufacturing," with small business size standard of $500.00. Responses to this Sources Sought are not Offers and cannot be accepted by the Government to form a binding contract. A formal Solicitation does not exist at this time. MICC-FB received a request for Mattress Refurbishment in support of the mattress recycle program identified by the Furniture Management Office, Housing Division of the Directorate of Public Works, located on Fort Bragg, North Carolina. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Mattress Refurbishment Services while performing to the standards identified in the Performance Work Statement (PWS) in the contract. The conceptual acquisition strategy is to establish a single Firm Fixed-Price contract with a twelve (12) month base period, and include four (4) 12-month options. Please see the DRAFT PWS attached to this notice for a complete description of this requirement. The purpose of this Sources Sought Notice is to seek Capability Statements from interested small businesses capable of performing services in order to reaffirm the initial market research. Responses to this Sources Sought from Large Businesses are not required at this time. THIS IS NOT A REQUEST FOR TECHNICAL OR COST/PRICE PROPOSALS. 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 government to a contract for any supply or service. Further, the 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 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 to this requirement. A continuing need is anticipated for the refurbishment of mattresses, which is currently being fulfilled through current contract W91247-13-C-0057. Submission shall be limited to no more than two (2) pages and sent electronically to Contract Specialist, Mr. Quentin Williams at Quentin.williams.civ@mail.mil and Contracting Officer, Ms. Anna Walker at anna.m.walker.civ@mail.mil. Standard brochures will not be considered a sufficient response to this Sources Sought request. Information provided will not be used as a part of any subsequent Solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary by nature. All contracting topic questions are listed below and shall be answered in the Capability Statements. There is a 2 page limitation: 1) Provide your company's name; Point of Contact information (address, telephone, facsimile, email); DUNS number; CAGE code; and 2) Provide your firm's Socioeconomic Classification (Small Business status (i.e., Small Business, Small Disadvantaged Business, HUBZone, Small Disadvantaged Veteran Owned Business, Woman- Owned, Woman-Owned Economically Disadvantaged, 8(a) [entrance / exit date], etc.). 3) If this acquisition is set-aside for small business, FAR Clause 52.219-14, Limitations on Subcontracting, will be applied at the contract level. Accordingly, identify what percentage of work your business intends on performing as the prime contractor. 4) Address your firm's experience, within the past three (3) years, what the likelihood of your firm being able to perform is, include any possible challenges you would be faced with, and how you plan to overcome those challenges. 5) Address whether you intend to support this requirement from a single office or if you have multiple office locations that can be used to support this requirement. 6) Address whether you maintain your own staff of qualified labor and identify the size of your permanent staff. 7) Capabilities/Qualifications: A short written response providing clear and unambiguous statement providing your company's capacity to fulfill this requirement as briefly described herein. The Government does not anticipate providing individual responses to contractor inquiries; however, the Government will review and consider all comments for possible use in the development of any upcoming Solicitation for the subject services requirement. Any questions regarding this Sources Sought shall be in writing and sent electronically Mr. Quentin Williams at quentin.williams.civ@mail.mil and Contracting Officer, Ms. Anna Walker at anna.m.walker.civ@mail.mil. Capability statements are due no later than 4:00 p.m. on Friday, May 25, 2018. An electronic copy should be emailed directly to Mr. Quentin Williams at quentin.williams.civ@mail.mil and Contracting Officer, Ms. Anna Walker at anna.m.walker.civ@mail.mil. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott D.Kukes at scott.d.kukes.civ@mail.mil or 210-466-2419, 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84033efb2562bcd6f9609edcb7fd4165)
 
Place of Performance
Address: Fort Bragg Military Installation, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04909205-W 20180504/180502231530-84033efb2562bcd6f9609edcb7fd4165 (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.