Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2020 SAM #6846
SOURCES SOUGHT

J -- West Point Observatory Dome Maintenance Services

Notice Date
8/25/2020 7:04:02 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-20-R-0155
 
Response Due
9/1/2020 7:00:00 AM
 
Archive Date
09/16/2020
 
Point of Contact
Lakenia M. Brown, Phone: 8459388182
 
E-Mail Address
lakenia.m.brown.civ@mail.mil
(lakenia.m.brown.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice ONLY. �The U.S. Government has a requirement to perform Maintenance�and Repair work in the West Point Observatory with the purpose of making it fully functional. �The�Observatory is located at the Department of Physics and Nuclear Engineering, U.S. Military Academy, Bartlett Hall,�West Point NY in accordance on a small business set- aside basis, provided two (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 two (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 � Disable 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 cost 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 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 811219 Facilities Support Services. The size standard is $20.5 million. A need is anticipated to install and train West Point Faculty and or Cadets on the operation of� equipment. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, e-mail 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. 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. 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 certification, etc., that will facilitate making a capability�determination. Information to help determine if the requirement for the West Point Observatory Maintenance�Services 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. Identify how the Army can best structure these contract requirements to facilitate� competition by and among small business concerns. Identify any condition or action that may be having the effect of unnecessarily restricting� competition with respect to this acquisition. �Please contact the MICC-WP, Lakenia Brown, at�lakenia.m.brown.civ@mail.mil 845-938-8182, if you believe that this action is unreasonably�restricting competition. �Include the subject of the acquisition, this announcement, and the MICC�POC information from this notice. �Provide the specific aspects that unreasonably restrict competition�and the rationale for such conclusion. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the�identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9fb0f8adea1c4b84b338ea104f2ea99f/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN05773375-F 20200827/200825230159 (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.