Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2017 FBO #5580
SOURCES SOUGHT

Z -- Fort Lee Post-wide Carpet Removal and Installation - DRAFT PWS FORT LEE CARPET

Notice Date
3/2/2017
 
Notice Type
Sources Sought
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF517RCARPET
 
Archive Date
4/18/2017
 
Point of Contact
Gordon W. Oliver, Phone: (804) 734-3511, Sharon R. Hilliard, Phone: 804 765-7597
 
E-Mail Address
gordon.w.oliver.civ@mail.mil, sharon.r.hilliard.civ@mail.mil
(gordon.w.oliver.civ@mail.mil, sharon.r.hilliard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Directorate of Public Works (DPW), Fort Lee have a requirement for a post-wide carpet (Removal/Replacement) contract. The anticipated contract type is a Single Award, Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity. The ordering period is for five (5) years. This is a Sources Sought Notice ONLY. The U.S. Government desires to issue a solicitation to procure carpeting services on an 8(a) competitive basis, provided two (2) or more qualified 8(a) small business concerns respond to this sources sought synopsis with information sufficient to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including, Small Disadvantage Business, Historically Underutilized Business Zone, Service- Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 442210, Floor Covering Store with a size standard of $7.5 Million Dollars. A continuing need is anticipated for carpeting services i.e. removal and install carpeting throughout Fort Lee, which is currently being provided under contract W91QF5-14-D-0002 which expires on 26 June 2017. A draft PWS is attached for review and it is only a draft with the purpose of providing potential contractors an insight into the work requirement. The new requirement will be very similar in scope to the existing SOW which is provided for reference. Qualified participants are invited to submit their capability in writing. Contractors capable of providing these services should submit a Statement of Capability Brief containing. Interested parties may provide evidence of their capability to accommodate this requirement and must respond by April 3, 2017, 4:00 P.M. Eastern Standard Time to Gordon.w.oliver.civ@mail.mil, Contract Specialist or Sharon.r.hilliard.civ@mail.mil, Contracting Officer. Potential offerors 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.bpn.gov). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as 8(a), HUBZone, SDB, etc. and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify and describe the work that can be accomplished by the small business prime and the work that may be accomplished with teaming, joint ventures, mentor protégé etc. to demonstrate the ability to establish the right mix/team to perform 100% effort. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210- 466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. Questions concerning this Sources Sought should be directed to Gordon.w.oliver.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b997b4dac5a0e73131645761e2cf621d)
 
Place of Performance
Address: Prince George County, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN04420576-W 20170304/170302235115-b997b4dac5a0e73131645761e2cf621d (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.