SOURCES SOUGHT
V -- Fort Riley School Bus Services - DRAFT PWS
- Notice Date
- 11/29/2012
- Notice Type
- Sources Sought
- NAICS
- 485410
— School and Employee Bus Transportation
- Contracting Office
- MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W911RX-13-T-0005
- Response Due
- 12/17/2012
- Archive Date
- 1/28/2013
- Point of Contact
- Teresa Cabanting, 785-239-4589
- E-Mail Address
-
MICC - Fort Riley
(teresa.cabanting1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis for market research. THIS IS NOT A SOLICITATION FOR PROPOSAL. 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, KS intent for contract action and knowledge of potentially qualified sources. This is a Sources Sought Synopsis, for market research purposes and not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall 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 contractors who are capable of providing a requirement for a fleet of buses and drivers to transport children located on Fort Riley to schools located in Fort Riley, KS and schools located in Junction City, KS. This requirement will be in accordance with the Performance Work Statement (PWS). The North American Industry Classification Systems (NAICS) code proposed for the requirement is 485410, School and Employee Bus Transportation. The size standard for NAICS 485410 is $14.0 Million. Comments on this NAICS and suggestions for alternative must include supporting rationale. This NAICS code is subject to change if necessitated by the responses to this Sources Sought Synopsis. No decision has yet been made regarding the small business strategy for this requirement. 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 PWS. This requirement is for all services indentified in the PWS. Any qualified and interested contractors responding to this announcement must be able to support all areas. No partial support responses from industry will be accepted. The Government is seeking qualified, experienced sources interested in performing the services identified in the attached draft PWS. The Government is requesting prospective contractors that can meet the Government's requirement to furnish the following information: 1) Company name, address, point of contact, telephone number and E-mail address. 2) Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) code. 3) Type of business, under the NAICS 485410, i.e., small, small disadvantaged, woman-owned, Hub-Zone, serviced-disabled veteran-owned small business, large business, etc. 4) Which NAICS does your company usually perform all the services identified in the attached PWS. Please include the rational for your answer. 5) Capabilities brief (not to exceed 5 pages). 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 shall not pay for any information provided under this synopsis. The Government will not be responsible for any costs incurred by responding to this synopsis. Interested contractors shall submit their information and capabilities brief by 17 December 2012, 11:00 a.m. CST to Ms. Teresa Cabanting, Contract Specialist via E-mail (preferred method) to teresa.cabanting1@us.army.mil, or fax to 785-239-5740 or by parcel post to the following address: Mission and Installation Contracting Command MICC Fort Riley ATTN: Teresa Cabanting Bldg 1792 12th Street Fort Riley, KS 66442-4160 Potential contractors must be registered in SAM 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.sam.gov/portal/public/SAM/. Contractors interested in doing business with the Government are encouraged to complete SAM registration as soon as possible. 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/a9956926423c69806e131b7becba2b49)
- Place of Performance
- Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02939189-W 20121201/121129234507-a9956926423c69806e131b7becba2b49 (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 |