SOURCES SOUGHT
W -- PATTON PORTABLE LATRINES
- Notice Date
- 7/31/2023 1:52:00 PM
- Notice Type
- Sources Sought
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-23-R0196
- Response Due
- 8/7/2023 7:00:00 AM
- Archive Date
- 08/07/2023
- Point of Contact
- Maureen Flanagan, Phone: 8459384490
- E-Mail Address
-
maureen.a.flanagan2.civ@army.mil
(maureen.a.flanagan2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT This is a �Sources Sought Notice ONLY.� The U.S. Government has a SERVICE requirement to SUPPLY AND INSTALL 10 station restroom trailer with separate men�s and women�s sides for The Department of English and Philosophy at West Point, NY in accordance with 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. �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 Governmentwide Point of Entry. �It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 562991-SEPTIC TANK AND RELATED SERVICES Manufacturing size standard is $9.0 MIL. A need is anticipated to SUPPLY AND INSTALL� a 10-station restroom trailer with separate men�s and women�s sides. Men�s side shall have 3 urinals, 2 toilet stalls and 2 sinks. Women�s side shall have 5 toilet stalls and 2 sinks. The trailer shall have central air and heat and mirrors and shall be aesthetically pleasing. The contractor shall provide keys to West Point so that we are able to�lock the unit when not in use. The trailer shall be delivered in place on West Point from Mid-October 2023 for a minimum of 6 months with the option to extend month to month after that for up to an additional 6 mos. The contractor shall hook the trailer up to existing water and electricity. The contractor shall empty of�the waste tank every other day M-W-F or TTS 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 for the SUPPLY AND INSTALL 10 station restroom trailer with separate men�s and women�s sides 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-WP, Maureen Flanagan, at Maureen.a.flanagan2.civ@mail.mil 845-938-4490, 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 Sam.Gov 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3d8c96402f87430cbafb9f458d550b3c/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06770637-F 20230802/230731230051 (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 |