Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOURCES SOUGHT

B -- TITLE V AIR MONITORING - DRAFT PWS

Notice Date
8/9/2017
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - West Point, 681 Hardee Place, West Point, New York, 10996-1514, United States
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-17-T-0160
 
Archive Date
8/31/2017
 
Point of Contact
David L. Ariosto, Phone: 8459388205
 
E-Mail Address
david.l.ariosto.civ@mail.mil
(david.l.ariosto.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS Clean Air Act Compliance Testing and Reporting--TITLE V AIR PERMIT SOURCES SOUGHT SYNOPSIS W911SD-17-T-0160 TITLE V AIR PERMIT THIS IS A Sources Sought Notice ONLY. The U.S.ARMY GARRISON TO WEST POINT desires to SOLICT FOR TITLE V EMISSIONS AIR MONITORING SERVICES on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, 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. Potential vendors are requested to submit price lists or any background information necessary to determine market capability and potential costs. 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 541620 ENVIORNMENTAL CONSULTING SERVICES with a size standard of $15 Million dollars. A need is anticipated for a new award and this will be a Base Year with Four (4) one year options (B+4). A draft copy of the Performance Work Statement is attached. There is a current contract in place and it will expire in October 2017. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, 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 or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Please include the solicitation number W911SD-17-T-0160 in your email response to preclude your reply being treated as JUNK or SPAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/538ae2443c697961f76335209ddeff79)
 
Place of Performance
Address: UNITED STATES ARMY GARRISON WEST POINT, WEST POINT, New York, 12549, United States
Zip Code: 12549
 
Record
SN04621206-W 20170811/170809233136-538ae2443c697961f76335209ddeff79 (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.