Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2012 FBO #3996
SOURCES SOUGHT

V -- Towing & Secure Storage services at Fort Bragg, NC - Draft Performance Work Statement

Notice Date
10/31/2012
 
Notice Type
Sources Sought
 
NAICS
488410 — Motor Vehicle Towing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC Center - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
DNR130001
 
Archive Date
11/26/2012
 
Point of Contact
Douglas N. Ralph, Phone: 9109081920
 
E-Mail Address
douglas.n.ralph.mil@mail.mil
(douglas.n.ralph.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questionnaire Performance Work Statement Synopsis: The Mission and Installation Contracting Command (MICC) Fort Bragg has a requirement for the Fort Bragg Project Management Office (PMO) to tow and/or impound vehicles that are abandoned, vehicles parked in violation of the law or regulation, vehicles having evidentiary value, and vehicles involved in accidents on Fort Bragg when the owner does not immediately call his/her own towing service. The Contractor shall also provide storage for the vehicles until they are claimed by their owners/lien holders or the required time for storage has expired. The conceptual acquisition strategy is to establish multiple Blanket Purchase Agreement (BPAs) consisting of a five (5) year ordering period. BPA Calls will be issued by the Fort Bragg PMO as required, with a likelihood of multiple BPA Calls being issued on a daily basis. The estimated magnitude of each BPA ceiling (over 5 years) for each awardee, shall not exceed $3,000,000.00. The purpose of this Sources Sought Notice is to seek capability statements from interested small businesses in order to reaffirm the initial research that it may be possible to set-aside these BPAs for performance by Small Businesses (to include information on the possible participation by Small Disadvantaged, HUBZone, and Service Disabled Veteran-Owned Small Businesses). Responses from Large Business to this Sources Sought Notice are not required at this time. The BPA Call approach will consist of the following, but not limited to: The Contractor shall provide storage for the vehicles until they are claimed by their owners/lien holders or the required time for storage has expired. The Contractor shall dispose of the vehicles in accordance with the terms and conditions of this BPA's Performance Work Statement, law and regulation, by sale or otherwise, if the owners/lien holders fail to claim them or the storage period has expired. The Contractor shall maintain a record system covering all vehicles which have been towed and/or stored. Contractor's service will be required 24 hours a day. REQUEST FOR INFORMATION (RFI) This announcement is posted as a RFI only. The information gathered will be used for an upcoming requirement that will be posted on the Federal Business Opportunities website at www.fbo.gov. This request for information is issued to determine whether there are qualified sources that will be able to meet the requirement. The requirement will be for the Towing, and Secure Storage of Vehicles to the General Public as a customary business practice in support of the Fort Bragg Installation. The towing and secure storage services will be established as a Blanket Purchase Agreement. The Draft Performance of Work (PWS) and Contracting Related Topics are attached. Please feel free to ask questions, or make comments. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. The Government will not award a contract based on this Sources Sought Notice, the information received, nor reimburse participants for information they provide. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. This is a request for small businesses interested in serving as prime contractors to submit a brief capability statement demonstrating how they could meet the requirements specified in the Performance Work Statement. The North American Industry Classification System (NAICS) code is 488410, Motor Vehicle Towing with a size standard of $7.0 million. Submission shall be limited to no more than ten (10) pages, and no more than two (2) pages should be used to address the Contracting Related Topics and no more than eight (8) pages to discuss the Draft PWS and Requirements Related topics. Paraphrasing of the PWS will not be considered a sufficient response to this notice. Information provided will not be used as a part of any subsequent requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. If you have an interest in the upcoming requirement, please provide a written response to the Contracting Related Topics Questionnaire (attached) along with a company capability statement. Provide your response to MAJ Douglas N. Ralph Jr., Contract Specialist via email at Douglas.n.ralph.mil@mail.mil. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this requirement. All responses are due by November 11, 2012 at 2pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42205ca56f465f86d57376a1567d7fb4)
 
Place of Performance
Address: The Fort Bragg Installation, Nort Carolina, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02922359-W 20121102/121031234558-42205ca56f465f86d57376a1567d7fb4 (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 |
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.