SOURCES SOUGHT
V -- Cannons Handling/Transport
- Notice Date
- 6/12/2024 2:39:47 PM
- Notice Type
- Sources Sought
- NAICS
- 488510
— Freight Transportation Arrangement
- Contracting Office
- DCSO-RICHMOND DIVISION #3 RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SP4705-24-Q-0221
- Response Due
- 6/25/2024 1:00:00 PM
- Archive Date
- 07/10/2024
- Point of Contact
- Beverly J. Williams, Phone: 5713638878
- E-Mail Address
-
beverly.j.williams@dla.mil
(beverly.j.williams@dla.mil)
- Description
- This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION�not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items/services suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3)determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT:� The Defense Logistics Agency (DLA), Installation Management Division at 8725 John J. Kingman Road, Fort Belvoir, Virginia requires the removal of two (2) Naval cannons (approximately 3,700 lbs each), measuring 135� (L) x 55� (H) x 65� (W). These cannons are located on the opposite side of the Atrium inside the Main entrance of the DLA McNamara Complex and need to be packed and shipped to the Defense Supply Center Richmond Virginia. SCOPE OF WORK:� Cannons Contractor shall be responsible for all labor, rigging, and equipment necessary for correct and safe movement of cannons. Contractor shall be responsible for padding, cushioning, and strapping of muzzles to prevent scratches, abrasion, or other damage. Contractor shall take the necessary precaution to ensure the protection of government property. Contractor shall palletize both cannons on different pallets. Contractor shall add additional material (plywood, etc.) to protect the raised flooring outside the building, the grid in foyer and the flooring inside the lobby area of the building. Contractor shall provide trained riggers and proper equipment to remove cannon from the inside of building without causing any damage to government structures or the raised pavers leading to the building. Contractor shall use a covered vehicle when cannons are transported. Contractor shall be equipped with all licenses, certification, and insurance certificates. Contractor shall plan accordingly for the receiving end only has a standard truck height docks. QUALIFICATION REQUIREMENTS:� Contractor shall follow all National Electrical Code, Unified Facilities Criteria, National Fire Protection Association, and DLA building codes. Contractor shall notify the Contracting Officer Representative (COR) if or when there is a power outage. Any power outage notice shall be at least two weeks in advance for scheduling. Contractor shall not turn any power off for the outage unless authorized by COR. ANTICIPATED PERIOD OF PERFORMANCE:��The period of performance shall be from the time of the award date not to exceed 10 days. SHIPPING :� The contractor transport two cannons from 8725 John J. Kingman Rd, Fort Belvoir, Virginia to the Collection Management Facility at 6090 Strathmore Rd. (Bldg. 54, Door #36) Richmond, Virginia 23237. ANTICIPATED NAICS CODE/SIDE STANDARD:� The applicable North American Industrial Classification Code (NAICS) is 488510 � Freight Transportation. The Business Size Standard is $34,000,000. SUBMISSION OF INFORMATION:�Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via email, with subject line:� SP4705-24-Q-0221 (Cannons Transport) Email to Beverly J. Williams at Beverly.j.williams@dla.mil no later than 4:00 PM on June 25, 2024, Eastern Standard Time (EST) with the following information/documentation: 1. Name of Company, Address, and Unique Entity Identification Number (UEID) 2. Point of Contact, E-Mail Address, and Phone Number 3. Business Size and applicable to the NAICS Code a. 8(a) Small Business Concern b. HubZone Small Business Concern c. Service-Disabled Veteran-Owned Small Business (SDVOSB) Concern d. Veteran-Owned Small Business (VOSB) Concern e. Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Concern f. Woman-Owned Small Business (WOSB) Concern g. Small Business Concern h. Large Business Concern i.� GSA contract number, if any.� 4. Documentation Verifying Small Business Certification SAM:�Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Subpart 4.1102(a). �SAM can be obtained by accessing the internet at www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220. Disclaimer and Important Notes:��This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when deciding on whether or how to set aside a solicitation for restricted competition.� Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. �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. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. �The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Currently no solicitation exists; therefore, do not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor the SAM.gov website for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/48aa46e46fe74372ac872129dfd2d806/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07095482-F 20240614/240612230119 (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 |