Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2020 SAM #6804
SOURCES SOUGHT

95 -- United States Marine Band Drum Major Ceremonial Mace

Notice Date
7/14/2020 7:30:56 AM
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
 
ZIP Code
22134-5028
 
Solicitation Number
M5490020SUPBMCE
 
Response Due
7/20/2020 8:00:00 AM
 
Archive Date
08/04/2020
 
Point of Contact
Sgt. Francis, Oshane, Phone: 7037841923, GySgt Aivres Caba, Phone: 703784394
 
E-Mail Address
oshane.r.francis@usmc.mil, aivres.caba@usmc.mil
(oshane.r.francis@usmc.mil, aivres.caba@usmc.mil)
 
Description
CONTRACTING OFFICE ADDRESS: � Marine Corps Installations � National Capital Region, Regional Contracting Office (MCI-NCR, RCO), Marine Corps Base Quantico, Virginia 22134 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.� The MCI-NCR RCO is seeking information for potential sources for capabilities to be provided by the Contractor to manufacture (2) custom Ceremonial Drum Major�s maces.� The contractor shall manufacture finished maces produced in their factory in accordance with custom specifications. This effort supports The President�s Own Band United States Marine Band (USMB) drum majors who are required to use the mace for all ceremonial events per MCO 5000.18. DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. � Brief description of the current program/effort: Anticipated Timeframe: Approximately �July / August 2021 Customer Location: 8th & I Sts SE, Washington D.C. 20390. REQUIRED CAPABILITIES: Delivery of quantity of two (2) Drum Major Maces. Specifications are non-negotiable and cannot be altered or modified in any way, see attached pictures for visual. Specifications of each mace include: BRASS: head, steel spun and polished. The title UNITED STATES MARINE BAND PRESIDENT�S OWN in raised lettering, fitted individually to the bold beaded area of the head. 14 approved Campaign titles, raised lettering on plain streamers fitted to the dome. Need to include campaign titles � should I include these here or attach a list on another document? Two President of the United States Seal and two Marine Corps badges, modelled in 3 dimensional form from CAD and casted in brass, fitted on lower section of the head. Should include seal and bade referenced � should I include these here or attach on another document? Below the head, a tubed with SEMPER FIDELIS deep engraved between 2 lines of brass D-wire. The head is topped with a replica (sample to be supplied by the government) of the interpretation of the Capitol Hill domed tower cast in brass The whole is fitted to best quality real Malacca cane, with a handmade collar, ferrule and plaited chain. All in heavy gold plate 2.5 microns. 60 inch overall length. Includes heavy duty carrying case & transit box SOURCES SOUGHT: Interested sources are encouraged to recommend North American Industry Classification System Code (NAICS) for this requirement. To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein.� This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).� SUBMISSION DETAILS: Responses must include: Business name and address; Name of company representative and their business title; Type of Business; Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this sources sought should send responses via email NLT 11:00 AM Eastern Daylight Savings Time (EDT), July 20, 2020 to Sgt. Francis, Oshane at oshane.r.francis@usmc.mil and the Contracting Officer, GySgt Aivres Caba at aivres.caba@usmc.mil.� Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in the Required Capabilities paragraph above.� Note: Generic capability statements submitted may not demonstrate ability to meet the specific requirements outlined in this sources sought announcement and as a result, we may not be able to deem your firm as demonstrating specific capabilities. If the Government does not identify that two or more small businesses demonstrated capability, then we will lack evidence of a reasonable expectation of receiving quotes from two or more qualified and responsive small businesses, which would likely result to dissolving the set-aside. It is important for capability statements to demonstrate relevant capability to the specific requirement. Generic capability statements and �fluff� will not assist the Government in identifying potential sources.� Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5dbcb31146634760b23ba48342db7fa6/view)
 
Place of Performance
Address: Washington, DC 20390, USA
Zip Code: 20390
Country: USA
 
Record
SN05721169-F 20200716/200714230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.