Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2024 SAM #8212
SOURCES SOUGHT

T -- FY25 Vehicle Graphic Wraps for USAMSB Fleet

Notice Date
5/20/2024 12:27:14 PM
 
Notice Type
Sources Sought
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC24P0000008058
 
Response Due
5/23/2024 11:00:00 AM
 
Archive Date
06/07/2024
 
Point of Contact
Noraida Hunsaker, Barbara J. Jeffries, Contracting Officer
 
E-Mail Address
noraida.c.hunsaker.civ@army.mil, barbara.j.jeffries5.civ@army.mil
(noraida.c.hunsaker.civ@army.mil, barbara.j.jeffries5.civ@army.mil)
 
Description
This is a Sources Sought Notice ONLY.� The U.S. Government desires to procure Requirements Type Contract (RTC) for Graphic Wrap Services as a small business set-aside basis, provided two (2) or more qualified small businesses respond to this notice with information sufficient to support a 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 any unsolicited proposals in response to this 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 Point of Entry (GPE).� It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.� The anticipated NAICS code is 541430 � Graphic Design Services; this industry comprises establishments primarily engaged in planning, designing, and managing the production of visual communication to convey specific messages or concepts, clarify complex information, or project visual identities. These services can include the design of printed materials, packaging, advertising, signage systems, and corporate identification (logos). �The size standard for this NAICS code is $9M. Responses to this notice shall be e-mailed to the Contract Specialist, Noraida Hunsaker at noraida.c.hunsaker.civ@army.mil and Contracting Officer, Barbara Jeffries at barbara.j.jeffries5.civ@army.mil no later than 23 May 2024 at 2:00 p.m., Eastern Time (Fort Knox local time). No phone calls will be accepted. In response to this notice must address at a minimum the following items: 1. Subject line of email shall contain:� Sources Sought Notice PANMCC-24-P-0000- 008058 RTC for Graphic Wraps. 2. A draft Performance Work Statement, that includes draft Technical Exhibits is attached for review.� �Refer to attachment titled:� Draft PWS Graphic Wraps for USMSB Exhibition Fleet. 3. 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. 4.� 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. 5.� 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.� 6.� Information to help determine if the requirement 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. 7.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8.� Responses shall not be more than five (5) pages long.� Font shall be Arial and no smaller than font size 12. 9. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.� See Class Dev (2021-O0008). 10.� 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 sam.gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 11.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. ������������������������������������������������������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90f36cbb9c894da4b07b0fb2d7d638c2/view)
 
Place of Performance
Address: Fort Knox, KY 40121, USA
Zip Code: 40121
Country: USA
 
Record
SN07070821-F 20240522/240520230057 (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.