SOURCES SOUGHT
99 -- Containerized Storage for Husky 2nd Generation (2G) and Ancillary Equipment
- Notice Date
- 7/18/2023 10:59:38 AM
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-23-R-0155
- Response Due
- 8/3/2023 2:00:00 PM
- Archive Date
- 08/04/2023
- Point of Contact
- Tyler Croteau, MAJ Naleya Scott
- E-Mail Address
-
tyler.m.croteau.civ@army.mil, naleya.k.scott.mil@army.mil
(tyler.m.croteau.civ@army.mil, naleya.k.scott.mil@army.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY AND IS NOT AN INVITATION FOR BIDS (IFB), A REQUEST FOR QUOTE (RFQ), A REQUEST FOR PROPOSAL (RFP), OR AN ANNOUNCEMENT OF A FORTHCOMING SOLICITATION.� AS SUCH, YOUR RESPONSE IS NOT AN OFFER. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME AND RESPONDERS WILL NOT BE PLACED ON A SOLICITATION MAILING LIST. PROVIDING A RESPONSE TO THIS NOTICE IS COMPLETELY VOLUNTARY AND NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS REQUEST OR ANY FOLLOW-ON REQUESTS FOR INFORMATION. THE GOVERNMENT WILL NOT RANK SUBMITTALS OR PROVIDE ANY REPLY TO INTERESTED FIRMS. The Army Contracting Command-Detroit Arsenal (ACC-DTA) is issuing this request for information (RFI) as part of a market survey to determine the level of interest among QUALIFIED small and large business contractors for providing storage services for armored Counter-Improvised Explosive Device (CIED) Interrogation vehicles and associated equipment.� These items are currently being stored at the contractor�s location in South Africa. Prospective offers will have to consider the shipping cost required to move these items to a new location. This requirement is in support of Army Tank-Automotive and Armaments Command (TACOM) Security Assistance Management Directorate (SAMD). Contractual arrangements will need to be made to continue storage of the containers in their current location or have the containers transported to a new location for continued storage. Continuous safety and security of the containers is required. Interested and qualified sources should provide the following: 1) A brief description of your company, including name of the organization, mailing address, website, Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) Number, and Tax ID Number. 2) Your organization�s size category for each of the North American Industry Classification System (NAICS) codes provided below (Please visit http://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf for more information, if needed.) �������������� NAICS Code(s):� 493190 Other Warehousing and Storage 3) The business status of your company (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business, etc.) 4) A detailed capabilities statement stating your organization�s capabilities in providing the same or similar item described in this notice. If the services of sub-tier vendors or subcontractors is utilized, those vendors or subcontractors must meet the criteria identified herein. 5) A detailed description of your organization�s previous experience at providing Storage services or similar storage, particularly with respect to the same or similar item described in this notice (Armored Counter-Improvised Explosive Device (CIED) Interrogation vehicles and associated equipment). 6) A detailed description of your company�s experience with the same or similar item described in this notice (Armored Counter-Improvised Explosive Device (CIED) Interrogation vehicles and associated equipment), including usage, quantities, service, and if logistics data and Technical Manuals were included. 7) A list of previous contracts awarded by the Government in relation to the same or similar item described in this notice. 8) The name, title, telephone number, and email address of the survey respondent.� NOTE: The survey respondent should be an individual who is duly authorized to manage any/all technical issues and/or questions, and be an individual who is authorized to manage any/all contractual issues and/or questions. 9) A positive statement of interest to submit a proposal Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Interested organizations may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact not later than 5:00 PM Eastern Standard Time (EST) on 7 July 2022. Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be accomplished on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. No questions will be taken at this time. If and when a solicitation is posted, questions will be taken at that time and answered via a live Question and Answers Document. � The Government acknowledges its statutory and regulatory obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Pursuant to this statute, the Government is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this survey and to protect such information from unauthorized disclosure, subject to all of the following: Qualifying data must be clearly marked TRADE SECRETS or PROPRIETARY and be accompanied by an explanatory text, stating the rationale to protect the information. Only mark the data that is trade secrets truly proprietary. Do not mark data that is already in the public domain or is already in possession of the Government or third parties on an unclassified basis. Proprietary data transmitted electronically must have the TRADE SECRETS or PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: �PROPRIETARY INFORMATION BEGINS� and �PROPRIETARY INFORMATION ENDS.� Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Contracting Officer: Naleya Scott E-mail: Naleya.k.scott.mil@army.mil Contract Specialist: Tyler Croteau E-mail: tyler.m.croteau.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/991d858e4d0d43c79491d09e69b05c3d/view)
- Place of Performance
- Address: ZAF
- Country: ZAF
- Country: ZAF
- Record
- SN06754214-F 20230720/230718230054 (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 |