SOURCES SOUGHT
S -- Snow Removal Services Multi-Site for UT034 in UT, CO, and WY
- Notice Date
- 4/17/2020 9:03:22 AM
- Notice Type
- Sources Sought
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA-20-Q-3081
- Response Due
- 4/22/2020 8:00:00 AM
- Archive Date
- 05/07/2020
- Point of Contact
- Jana L. Knapp, Phone: 6083881253
- E-Mail Address
-
jana.l.knapp.civ@mail.mil
(jana.l.knapp.civ@mail.mil)
- Description
- SOURCES SOUGHT SYNOPSIS This is a Sources Sought Notice ONLY. The Department of Defense 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 for Snow Removal services located at several Army Reserve facilities in CO, UT and WY. The anticipated NAICS code is 561790 (Snow Removal Service), with a size standard of $8.0Million. The intention is to procure these services on a competitive basis. PLACE of PERFORMANCE: CO017 located at 12211 E 56th Ave, Denver, CO 80239-5301 CO128 located at 13137 E 23rd Ave, Aurora, CO 80045-7417 UT010 located at 4550 S. 1300 East, Salt Lake City, UT 84117-4126 UT032 located at 5290 W. 700 South, Salt Lake City, UT 84101-4416 WY010 located at 5141 Reserve Drive, Evansville, WY 82636-1120. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses, 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. 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 estimated period of performance consists of a base period and four option periods, with the six month option to extend services; with performance commencing 01 November 2020 (or Subsequent date). Attached is the draft Performance Work Statement (PWS), with Performance Requirements Summary (PRS) and Deliverables. The deadline for response to this request is no later than 10:00AM (Central Time); 22 April 2020. All responses under this Sources Sought Notice must be e-mailed to jana.l.knapp.civ@mail.mil. No phone calls will be accepted. All questions must be submitted to the email address identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. 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. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. 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. 6. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ca8d46bbc00544968f0c3d7168a9c37b/view)
- Place of Performance
- Address: ARE
- Country: ARE
- Record
- SN05625254-F 20200419/200417230148 (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 |