SOURCES SOUGHT
89 -- Ice Delivery for Fort Bliss, Texas
- Notice Date
- 1/30/2015
- Notice Type
- Sources Sought
- NAICS
- 312113
— Ice Manufacturing
- Contracting Office
- MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-15-T-9161
- Response Due
- 2/13/2015
- Archive Date
- 3/31/2015
- Point of Contact
- Israel Gutierrez, 915-568-7373
- E-Mail Address
-
MICC - Fort Bliss
(israel.gutierrez1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice to gather information for the potential establishment of a Blanket Purchase Agreement (BPA). This BPA is intended to support all units and customers' requirements at the Mission and Installation Contracting Command (MICC) - Fort Bliss, TX for Delivery of Crushed and Block Ice. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTES. This is a market research tool (FAR Part 10) being used to determine the potential firms capable of providing the supplies and services described herein prior to determining the method of acquisition and issuance of a Request for Quotes. Feedback is encouraged and appreciated. The Mission and Installation Contracting Command (MICC) Fort Bliss Texas, 1733 Pleasonton Road, El Paso, TX 79916 is issuing this Request for Information (RFI), in accordance with FAR 15.201(b). This is not a solicitation. This announcement does not constitute a Request For Quote (RFQ), Invitation For Bid (IFB), Request For Proposal (RFP), Request For Application (RFA) or an announcement of a solicitation nor does this announcement commit the Government to contract for any supply or service whatsoever. As stated before, MICC Fort Bliss is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in responding to this sources sought; all costs associated with responding to this announcement will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. Any resultant solicitation, if any, will be released through Federal Business Opportunities at https://www.fbo.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Scope: The Contractor shall deliver Crushed and Block Ice to the Fort Bliss area. This requirement for the delivery of Ice to Fort Bliss, TX and its surrounding areas, to include but not limited to Oro Grande, McGregor Range, Do a Ana, is considered a supply requirement. The Contractor, as an independent entity and not functioning as an Agent of the Government, shall provide Crushed and Block Ice, in 20lbs and 10lbs bags respectively, on a monthly or an as needed basis to Fort Bliss, TX and its surrounding areas. The Contractor shall comply with all applicable Federal, State, Interstate and Local environmental requirements. Approximately 44,000 bags of crushed ice and 28,000 bags of block ice per month, with a 24-48 hour expected delivery timeframe. The contractor shall provide all functions, tasks and responsibilities normally performed by an Ice delivery provider. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Texas and New Mexico State Law, Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. The North American Industry Classification System (NAICS) code contemplated for this acquisition requirement is 312113, Ice Manufacturing; however respondents may identify other potential NAICS codes and the reasoning to support the recommendation. This notice is not designed to discourage competition from any business interested in this requirement. Since the current capabilities must be confirmed, all eligible businesses are encouraged to respond. The Government is not obligated and will not pay for any information received from potential sources as a result of this Sources Sought notice. Respondents will not be notified of the results of this Sources Sought survey. If and when a solicitation is issued it will be posted on www.fedbizops.gov. It is the respondent's responsibility to monitor this site for the release of any synopsis or solicitation. The vendor will be required to be registered in the System for Award Management (SAM) database and Wide Area Work Flow (WAWF). Interested parties responding to this Sources Sought request shall submit the following information at a minimum: 1.Company Profile to include: Company's full name, address, telephone, point of contact with email address, Federal Tax Identification number, number of employees, annual revenue history, office location, and a statement regarding current business size status under associated NAICS codes. 2.Organizational point of contact to include name, telephone number and e-mail address. 3.DUNS Number and Cage Code, for proof of registration at System for Award Management (SAM), https://www.sam.gov/portal/public/SAM/#1. 4.Company size: small or large, HUBZone, 8(a), SDB, Woman-owned, Service disabled veteran-owned. 5.A copy of the company's latest sanitary inspection. In accordance with Army Regulation (AR) 40-657, Veterinary/Medical Food Inspection and Laboratory Service, suppliers facilities must be sanitarily inspected and approved for listing in VETCOM Circular 40-1, quote mark Worldwide Directory of Sanitarily Approved Food Establishments for Armed Forces Procurement quote mark prior to award of a contract. Website: http://phc.amedd.army.mil/Pages/default.aspx. To request an initial sanitary inspection, suppliers shall submit a letter through the Contracting Officer to the Commander, U.S. Army Institute of Public Health (AIPH), ATTN: AIPH, 5158 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5403, containing as a minimum the following information: (a)Full name of the establishment, street address (or geographical location), city, state, zip code and country in which the establishment is located; and the mailing address, if different from the location. (b)Name, title, telephone number, fax number and email address of the contact person at the supplier's establishment and the normal operating hours. (c)Specific products to be furnished (ice; block, crushed and carving). (d)If establishment is currently inspected by a federal, state or local agency, provide the establishment number and the name of the agency. 6.Address your experience, within the past five (5) years, with the estimated monthly quantity expected to be ordered, what is the likelihood your firm is able to perform? Include any possible challenges you would be faced with and how you plan to overcome those challenges. 7.Address whether you intend to support this requirement from a single office or if you have multiple office locations that can be used to support this requirement. 8.If your company holds a Federal Supply Schedule (FSS) Contract, please list the GSA Contract Number and relevant SINS. 9.How would your company respond to emergency unforeseen requirements with a one day delivery turnaround? 10.Based on your experience what is a feasible amount of crushed/block ice that can be delivered in one day depending on quantity requested? 11.Capabilities statement that does not exceed 25 pages. Responses to this notice must be received by this office no later than 11:00 AM MST on 13 February 2015. Submissions shall be sent electronically to Israel Gutierrez and Paola Caceres, Contract Specialist, at israel.gutierrez1.civ@mail.mil and paola.e.caceresvillalba.mil@mail.mil, respectively. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email by 09 February 2015 at 11:00 MST. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This sources sought should not be construed as a commitment by the U.S. Government for any purpose. Proprietary information and trade secret, if any, must be clearly marked on all materials. All information received that is marked proprietary information will be handled accordingly. Please be advised that all submissions become MICC -Fort Bliss property and will not be returned nor will MICC- Fort Bliss confirm receipt of the RFI response. The Government will not award a purchase order or contract based upon vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. This Sources Sought/Request For Information does not constitute an invitation for bids, request for quotes, and should not be construed as a commitment by the government to issue an order/contract or otherwise pay for the information solicited. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. Contracting Office Address: Mission and Installation Contracting Command, Carter Road, Building 5800 Fort Bliss, TX 79916-6812.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/03b3e94b97a32da9e8e92bd985dcc4f6)
- Place of Performance
- Address: MICC - Fort Bliss Mission and Installation Contracting Command, Building 5800 Carter Road Fort Bliss TX
- Zip Code: 79916-6812
- Zip Code: 79916-6812
- Record
- SN03629176-W 20150201/150130234508-03b3e94b97a32da9e8e92bd985dcc4f6 (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 |