Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2022 SAM #7461
SOURCES SOUGHT

V -- Fort Bragg Packing and Containerization Services_ Inbound (Schedule II Area 2)

Notice Date
5/3/2022 11:02:28 AM
 
Notice Type
Sources Sought
 
NAICS
488991 — Packing and Crating
 
Contracting Office
W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
 
ZIP Code
28310-5000
 
Solicitation Number
PANMCC22P0000007490
 
Response Due
5/13/2022 5:00:00 AM
 
Point of Contact
Nicole M. Jones, Phone: 9106437221, Sydney G Johnson, Phone: 9106437352
 
E-Mail Address
nicole.m.jones2.civ@army.mil, sydney.g.johnson.civ@army.mil
(nicole.m.jones2.civ@army.mil, sydney.g.johnson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Packing and Containerization Services for inbound (Schedule II Area 2) of direct procurement method (DPM) personal property shipments on Fort Bragg, NC. on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice 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: 488991 Packing and Crating. This U.S. industry comprises establishments primarily engaged in packing, crating, and otherwise preparing goods for transportation with a size standard of $30 million. A continuing need is anticipated for the Packing and Containerization Services for�inbound (Schedule II Area 2) direct procurement method (DPM) personal property shipments on Fort Bragg, NC (which is currently being fulfilled through current contract # W9124718D0006. �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. 4.� Information to help determine if the requirement Packing and Containerization Services for inbound (Schedule II Area 2) is commercially available, 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. 8. �Please submit, by email all questions and Statement of Capability responses under this Sources Sought Notice request, no later than 10:00 a.m. EST on May 13, 2020. An electronic copy should be emailed directly to Mr. Sydney Johnson at sydney.g.johnson.civ@army.mil and Contracting Officer, Ms. Nicole Jones �at nicole.m.jones2.civ@army.mil of the Mission Installation Contracting Command Center, Fort Bragg, NC (MICC-Fort Bragg).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c593279f8dc649d08db5e8048bed01ed/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN06316187-F 20220505/220503230111 (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.