Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2015 FBO #4823
MODIFICATION

V -- Exterior Mobile Armory Unit Relocation

Notice Date
2/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-15-T-0312
 
Response Due
2/9/2015
 
Archive Date
4/6/2015
 
Point of Contact
Natasha McKellum, 502-624-1914
 
E-Mail Address
MICC Center - Fort Bragg
(natasha.mckellum@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The Mission and Installation Contracting - Fort Bragg, North Carolina is in the process of determining the acquisition strategy and market capability for transport two Exterior Mobile Armory Units to Fort Bragg, NC. This is a sources sought notice and request for information (RFI). This is not a formal solicitation. Any formal solicitation will be announced separately at a later time. Please note that the solicitation number used for this sources sought may be different from the one that will be used in the pre-solicitation notice. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by a potential offeror or their employees regarding this requirement is strictly prohibited. Please do not request a copy of a solicitation, as one does not exist. The purpose of posting this RFI is to locate experienced service providers capable of and interested in performing a non-personal services contract that provides transport two Exterior Mobile Armory Units to Fort Bragg, NC. Responses are welcomed from all Small Business firms. The summary of services is as follows: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, materials, supervision, and non-personal services necessary to perform the transportation of two external mobile armory units with a weight of (98,900lbs). Services include crane and rigging of external mobile armory units at origin and destination, supervision of load out, delivery, and building emplacement, preparation and load out of existing generators, and necessary shims to set the buildings per manufacturer's specifications. The Contractor shall accomplish the safe removal and preparation of mobile buildings and generators at Summit Point, WV, safe transportation of buildings from point of origin and the safe emplacement of external mobile armory units at Fort Bragg, NC IAW manufacturer's specifications. Objectives: The objectives of this PWS are: Crane and rigging equipment services to prepare external mobile armory units for transportation Transportation of mobile buildings from Summit Point, WV to Fort Bragg, NC Supervision of load out and delivery Preparation and load out of existing generators Supervision of building placement on Fort Bragg, NC Necessary shims to set the buildings per manufacturer specifications The anticipated period of performance is 09 March 2015. The resultant contract will be a Firm Fixed Price contract. The solicitation will be issued electronically and will be available for viewing at the following websites: the Army Single Face to Industry (ASFI) website at: https://acquisition.army.mil/asfi/ or FEDBIZOPPS.GOV at https://www.fbo.gov. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 484230, quote mark Specialized Freight (except Used Goods) Trucking, Long-Distance. quote mark The size standard for NAICS 484230 is $27.5 Million. 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. The contemplated contract will consist of services that are detailed in the attached DRAFT Performance Work Statement (PWS) - Specific Tasks. This requirement is for all services identified in the PWS. 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 PWS. Fort Bragg is interested in obtaining information from industry that will help to support a determination of the appropriate set aside category for the acquisition strategy. Both large business concerns and all categories of small business are encouraged to respond to this request. The Government is requesting that interested businesses that feel they can fully support this requirement, furnish the following information: 1) Capability Statement to include experience with similar projects of a comparable magnitude. Capability statement should include your firm's general background, experience, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies. Examples of print quality are encouraged. 2) 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. 3) Please include type of business (small, small disadvantaged, woman-owned, HUBZone, serviced-disabled veteran-owned small business, large business, etc.) under North American Industry Classification System (NAICS) 484230 which contains a size standard of $27.5M. 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 PWS, performed within the last three (5) years. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. We are also looking for input from industry relative to how this type of service is performed in the private sector in order to maximize the incorporation of commercial standards and practices where practicable. Responses should be sent by email to natasha.s.mckellum.mil@mail.mil with a header description quote mark Sources Sought Response - Exterior Mobile Armory Unit Relocation. quote mark Responses are due in this office no later 12:00pm EST, on 9 February 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0932e140fe734e17a03d7d33f342488)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN03634253-W 20150207/150205235243-d0932e140fe734e17a03d7d33f342488 (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.