SOURCES SOUGHT
V -- Local Area Move for the U.S. Embassy in Iraq
- Notice Date
- 3/23/2007
- Notice Type
- Sources Sought
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SAQMPD-07-A0273
- Response Due
- 4/13/2007
- Archive Date
- 4/28/2007
- Description
- This is a Sources Sought Notice only. No solicitation will be issued at this time. This synopsis is issued for the sole purpose of the Department of State, Office of Acquisition Management (L/AM/AQM/IT) to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of performing a local area move in Iraq. The contractor will be responsible for providing all personnel, equipment, facilities, supplies, services and materials, for the preparation and movement of the U.S. Embassy in Iraq office furniture and personal property into the new U.S. Embassy in Iraq compound. It is anticipated the contract performance will include a base period of one-year and one option period with an expiration date of 31 December 2008. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Hub Zone, 8[a], small, small disadvantaged, large, etc) relative to North American Industry Classification System (NAICS) code 488991 and annual revenue of $23.5M. Firms interested and capable of performing in Iraq are requested to submit interest and capability statements (maximum of three single-sided pages, not including the cover page) in writing NLT 6 April 2007. The interest and capability statements should include the interested firms business size (small or large), business status (Hub Zone, 8[a], disadvantaged, woman-owned, veteran owned, service disabled veteran owned, etc.) The capability statements must show evidence of the firm?s capability and ability to perform and conduct business in Iraq. In addition, the capability statement should show relevant experience in the services described above and should include, at a minimum, the following information: brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, dates of performance, number and type of personnel involved, and the name of the government program manager. Any subsequent solicitation and Performance Work Statement (PWS) will be issued only to those firms expressing an interest and demonstrating their capability and ability to perform and conduct business in Iraq. This acquisition will be set aside for small business if enough small business firms can demonstrate qualifications to perform the required services and such firms express an interest in proposing; otherwise, this acquisition may be solicited under full and open competition. The resulting award from any solicitation issued is expected to be a Blanket Purchase Agreement with the possibility of multiple awards. Additional information, as it becomes available, will be posted for viewing on FedBizOpps at http://www.fedbizopps.gov/. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or release of the solicitation. Submissions to this notice may be mailed to Bill Irwin, Department of State, A/LM/AQM/IT, 1701 N. Fort Myer Drive, Arlington, VA 22219, or sent via e-mail to irwinwj@state.gov or to Ralph Sutherland, same address, e-mail sutherlandrr@state.gov.
- Record
- SN01257898-W 20070325/070323220557 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |