Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2020 SAM #6644
SOURCES SOUGHT

R -- Trademark Solutions for Officially Licensed Hang Tags, Halogen Stickers, Package Seals, and Track and Trace Technologies

Notice Date
2/5/2020 12:04:00 PM
 
Notice Type
Sources Sought
 
NAICS
323111 — Commercial Printing (except Screen and Books)
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC-20-P-005986
 
Response Due
2/12/2020 7:00:00 AM
 
Archive Date
02/27/2020
 
Point of Contact
Timothy J. Elder, Phone: 5026246547
 
E-Mail Address
timothy.j.elder6.civ@mail.mil
(timothy.j.elder6.civ@mail.mil)
 
Description
THIS IS A Sources Sought Notice ONLY. Mission and Installation Contracting Command (MICC)-Fort Knox is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide the Army Enterprise Marketing Office (AMEO) with the design, development, manufacturing, and distribution of an officially licensed hologram to be included on hangtags, package seals, and stickers.� These products will be sold to officially licensed merchants for use on their approved licensed products. The purpose of the hologram is to assist the ATLP in tracking the sale of official products, identification of trademark infringement, increase royalty revenue in support of Army�s Trademark Licensing Program and the Army�s Morale, Welfare, and Recreation Program, provide security of the Army�s trademark, and support enforcement of the Army�s trademark. The period of performance is 31 May 2020 through 30 May 2021 with four one year option periods. �� The intention is to procure these services on a competitive basis.� The U.S. Government is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. This notice 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 supplies or services. 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. A determination to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. If a competitive 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 NAICS selected for this acquisition is 323111�Commercial Printing (except Screen and Books). This industry comprises establishments primarily engaged in commercial printing (except screen printing, books printing) without publishing (except grey goods printing). The SBA size standard for this NAICS is 500. 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. 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, 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 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. Responses to this announcement should be e-mailed to Tim Elder, timothy.j.elder6.civ@mail.mil no later than 10:00 a.m. (Eastern Time) Fort Knox Local Time, 12 February 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7e4c6a2105534d15a08939c4e000371b/view)
 
Place of Performance
Address: Fort Knox, KY 40121, USA
Zip Code: 40121
Country: USA
 
Record
SN05553069-F 20200207/200205230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.