SOURCES SOUGHT
99 -- Sources Sought: Training Exercise IDIQs(multiple locations)-Tents, Shower Trailers, Laundry Trailers, Grey and Fresh water, Latrines and hand washing stations
- Notice Date
- 8/8/2023 7:21:50 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
- ZIP Code
- 54656-5142
- Solicitation Number
- 0011989959
- Response Due
- 8/18/2023 8:00:00 AM
- Archive Date
- 09/02/2023
- Point of Contact
- Melissa T. Larson
- E-Mail Address
-
melissa.t.larson.civ@army.mil
(melissa.t.larson.civ@army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS This is a Sources Sought Notice ONLY. The Department of Defense is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the multiple requirements. The intention is to procure these services on a competitive basis.� The Government is trying to determine the availability and capability of companies to provide rental shower trailers, tents, latrines, portable sinks, potable water delivery, and grey water removal. �The requirements are separated into different regions in the United States. The requirements will be broken out into 6 separate contract requirements as follows: Requirement�� �Location�� �NAICS�� �Size Standard 1. Tents�� �Fort Hunter Liggett and Camp Parks�� �532289�� �$12.5 million 2. Latrines and hand washing stations �� �Fort Hunter Liggett, Camp Parks, and Port of Oakland and Port of Alameda, CA�� �562991�� �$9.0 million 3. Freshwater delivery, gray water removal, and retrograde of requested portable shower and laundry trailer systems -�� �Fort Hunter Liggett, Camp Parks, and Port of Oakland and Port of Alameda, CA�� �562991�� �$9.0 million 4. Shower and laundry trailers�� �Fort McCoy, WI�� �562991�� �$9.0 million 5. Portable shower trailers, portable laundry trailers, and water support-�� �JBMDL, NJ�� �562991�� �$9.0 million 6. Tents, power generation equipment and heating, ventilation & cooling equipment (HVAC) �� �JBMDL, NJ�� �532289�� �$12.5 million We encourage all small and large 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 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. The estimated period of performance consists of a base period and four option periods, with the six-month option to extend services. Attached are the draft Performance Work Statements (PWS). The deadline for response to this request is no later than 10:00AM (Central Time); 18 August 2023. All responses under this Sources Sought Notice must be e-mailed to melissa.t.larson.civ@army.mil. No phone calls will be accepted. All questions must be submitted to the email address identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. IN RESPONSE TO THIS SOURCES SOUGHT, PLEASE PROVIDE: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding large or 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. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. 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. 6. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/22b40d2f9ff3401f85d1b25df6fd18ce/view)
- Record
- SN06782180-F 20230810/230808230107 (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 |