Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2022 SAM #7554
SOURCES SOUGHT

W -- Temporary Office Trailer

Notice Date
8/4/2022 12:14:20 PM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD22R0164
 
Response Due
8/10/2022 2:00:00 PM
 
Point of Contact
Elisabet Wallace, Phone: 8458535858
 
E-Mail Address
elisabet.d.wallace.civ@army.mil
(elisabet.d.wallace.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The United States Military Academy Band (USMA Band) at West Point, NY has a requirement for one Temporary Office Trailer with internet capabilities and internal latrine structure (rental and emptying/refilling services). The U.S. Government desires to procure the Temporary Office Trailer 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 is: 332311 Prefabricated Metal Building & Component Manufacturing. Size Standard: 750 A need is anticipated for one Temporary Office Trailer with the following features and services: �� 64' x 12' trailer with two (2) locking offices (for one person each) and a central work area capable of hosting three (3) people ��� furniture for daily office use at a minimum: ���������������� �� Two (2) office suites with minimum of L-shaped desk (5' x 7.5'), white board, floor chair mat, over door coat hook, executive chair, two (2) stackable side chairs, and two (2) three-drawer pedestal filing cabinets: one (1) placed in each individual office ��������������� �� three (3) workstations/cubicles with minimum of 2.5� x 5� desk, office chair, pedestal file cabinet, small office trash can, floor mat, three (3) cubicle panels for privacy ��������������� �� Two (2) Wardrobes (51.5�H x 24�W x 24�D): one (1) placed in each individual office ��� locking windows and doors with minimum of four (4) sets of keys �� two (2) sets of stairs leading up to the entrances, each with canopy; ��� two entrance doors: one (1) entrance should enter directly into an office, and one (1) entrance should enter the main area ��� Data hub for wired internet connectivity and wall-mounted RJ-45 data jacks to support a computer for each of the personnel onsite .�� A built-in/attached electrical panel capable of supporting between 120-150 Amps of single-phase 120/240 Volt power as required by all included electrical systems, lights, and five computer work-stations. ��� A/C unit and heater capable of conditioning the space for year-round, daily operation. ��� Onsite/internal latrine facility capable of handling a minimum of 5 people each week capable of being connected to an attached/attachable 100-gallon fresh-water storage/supply tank and 250-gallon waste-water storage tank. �� Once weekly service to latrine facility including emptying of waste-water storage tank and refilling of fresh-water storage/supply tank. ��� Provide site manager; conduct site survey, provide site proposal to meet Band trailer and latrine requirements. ��� Conduct delivery of materials and equipment, set-up, breakdown, and removal according to defined timeframe. ��� Provide initial operation instruction and familiarization brief to Government. ��� Provide 24-hour contact with 12-hr response time for on-call servicing and maintenance. The Period of Performance is 9/1/22 thru 8/31/23 (Base Year) The Period of Performance is 9/1/23 thru 8/31/24 (Option Year 1) 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 Temporary Office Trailer 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. 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
SAM.gov Permalink
(https://sam.gov/opp/45e91b737e544f04aedff30d3ba2fd9d/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06415369-F 20220806/220804230116 (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.