SOURCES SOUGHT
T -- No Cost Installation Newspaper
- Notice Date
- 10/26/2011
- Notice Type
- Sources Sought
- NAICS
- 511110
— Newspaper Publishers
- Contracting Office
- MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W911RX12X0001
- Response Due
- 11/10/2011
- Archive Date
- 1/9/2012
- Point of Contact
- Lesa Crockett, 785-239-5847
- E-Mail Address
-
MICC - Fort Riley
(lesa.crockett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO NOTIFY INDUSTRY OF FORT RILEY, KANSAS INTENT FOR CONTRACT ACTION AND KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES. PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This sources sought is being published to identify potential Publisher's capable of producing and distributing "The 1st Infantry Division Post", a weekly commercial enterprise newspaper to provide audiences news and command information of Fort Riley, Kansas. This newspaper will be serving Fort Riley, Kansas; and the surrounding communities, in accordance with the Statement of Work. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 511110, Newspaper Publishers. The size standard for NAICS 511110 is 500 Employees. Comments on this NAICS and suggestions for alternatives must include supporting rationale. This NAICS Code is subject to change if necessitated by the responses to this Sources Sought. No decision has yet been made regarding the small business strategy for this acquisition. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. The contemplated purchase order will consist of services that are detailed in the attached Statement of Work (SOW). This requirement is for all services identified in the SOW. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. The Government is seeking only, qualified, experienced sources interested in performing the services identified in the attached SOW. The SOW details the requirements of the Fort Riley Public Affairs Office. The Government is requesting that interested concerns feeling they can fully support this requirement, furnish the following information: (1). Company name, address, point of contact, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, Central Contractor Registration (CCR), and Commercial and Government Entity (CAGE) code and e-mail address. (2). Type of business, i.e., small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc. under North American Industry Classification System (NAICS) 511110 which contains a size standard of 500 employees. (3). Which NAICS does your company usually perform all the services identified in the attached SOW. Please include the rational for your answer. (4). Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts directly relating the attached SOW, performed within the last three (3) years. Include name, address, telephone number, and e-mail address of the references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the effort on a full and open basis based on the responses to this Sources Sought Synopsis is solely within the discretion of the Government. The Government will not intend to pay for any information provided under this synopsis. The Government will not be responsible for any costs incurred by responding to this Notice. Qualified participants are invited to submit their capability in writing. Only responses received within the open days/time of this announcement will be reviewed. The Government will use this information in determining its small business set-aside decision. Contractors capable of providing these services should submit a Statement of Capability containing the above referenced information. Interested parties may provide evidence of their capability to accommodate this requirement and must respond by November 10, 2011, 9:00 A.M. Central Standard/Daylight Savings Time to Ms. Lesa Crockett, Contract Specialist via e-mail to lesa.crockett@us.army.mil, or by fax to 785.239.5740 or by parcel post to Installation Contracting Office Riley, Attn: Lesa Crockett, 1792 12th Street, Fort Riley, KS 66442. Email is the preferred method. Oral communications is not acceptable in response to this notice. Potential offerors must be registered in CCR and ORCA to be eligible for contract award or payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at (https://www.bpn.gov) NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.PDF files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. Each submission should be virus scanned prior to being sent. All responses must address each of the above stated requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cecc8b2fcc4fed98dda53f7982bf12d7)
- Place of Performance
- Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02613199-W 20111028/111026234151-cecc8b2fcc4fed98dda53f7982bf12d7 (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 |