Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2023 SAM #7830
SOURCES SOUGHT

W -- Sources Sought - AV Support and Equipment Rental JUNE 13-15 MTG

Notice Date
5/4/2023 12:14:03 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25223Q0576
 
Response Due
5/9/2023 1:00:00 PM
 
Archive Date
05/23/2023
 
Point of Contact
Contract Specialist, Richard Ruffin, Phone: 414-844-4800 x 43257
 
E-Mail Address
Richard.Ruffin@va.gov
(Richard.Ruffin@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) is issuing this sources sought as a means of conducting market research to identify firms to provide Audio Visual Equipment Rental and Support for the VISN Pharmacy Executives and Medical Advisory Panel meeting to occur in the Oak Brook, IL area on June 13-15, 2023, from 8:00AM through 5:00PM local time. Audio Visual Equipment and Support are required for all 3 days. It is understood that all Contractors submitting a response to this Sources Sought will have an established business with three (3) years of consecutive experience in performing these types of services. The Contractor shall furnish all labor, materials, tools, components, equipment and supervision for the Audio Visual Equipment Rental and Support necessary to complete the required services. The following NAICS Code and Small Business Size Standard has been identified for this requirement: 532490 Audio Visual Equipment Rental or Leasing with a Size Standard of $40.0 Million in annual revenue. Interested parties shall provide a brief overview of their firm s capabilities and past experience with projects similar in size and scope of this project. Capability statements shall also include: DUNS number Organization Name and Assumed Name/dba (if applicable) Organization Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (small business or other than small business) Socio-economic status (If SDVOSB or VOSB provide SDVOSB or VOSB CVE verification) Organization experience in performing these types of services Copies of applicable certifications and/or accreditations (All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 532490. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding socio-economic status. All information must be received no later than Tuesday, May 9, 2023 at 15:00 PM (CST). Email all information to Richard Ruffin, Contract Specialist at richard.ruffin@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any small or large business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FBO website for all information relevant to desired acquisitions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa8842c6bfbf49849ac6f9d0f2a38fbf/view)
 
Place of Performance
Address: Oak Brook, IL 60523, USA
Zip Code: 60523
Country: USA
 
Record
SN06672954-F 20230506/230504230123 (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.