Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOURCES SOUGHT

S -- Full Food Services, Dining Facility Attendant Services, Headcounter Services and Troop Issue Subsistence Activity Services at Fort Sill, Oklahoma

Notice Date
6/14/2007
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-07-R-0012
 
Response Due
6/29/2007
 
Archive Date
8/28/2007
 
Small Business Set-Aside
N/A
 
Description
Note: This is Not a Solicitation. Firms interested in receiving the solicitation will still be required to monitor the FedBizOps for the posting. The Southern Region Contracting Center  West based at Fort Sam Houston, Texas has a requirement for Full Food Services, Dining Facility Attendant Services, Headcounter Services and Troop Issue Subsistence Activity Services in accordance with the attached Performance Work Statement for Dining Hall Facilities located at Fort Sill, Oklahoma, and is seeking interested businesses to provide all management and resources necessary to perform such services. The current contract was awarded to the State Licensing Agency pursuant to authority of Title 10 U.S.C. Section 2306c, and as referenced in the FAR 6.302-5, Authorized or Required by Statute, under the Randolph-Sheppard Act and Department of Defense Direct ive 1125.3 and 34 CFR 395.33. This is not a Request for Proposals, but instead a market research tool to determine the availability and adequacy of potential sources prior to issuing the solicitation. There is no solicitation available at this time. Request for a solicitation will no t receive a response. It is not the intention of the Government to enter into a contract based on this notice. The purpose of this Sources Sought Notice is for market research to seek the following information: 1) expressions of interest from the small business community; 2) technical and financial capability of interested companies; 3) capability of those interest ed small business firms or teams as viable contenders at the prime contractor level. A determination by the Government as to how to compete the proposed requirement will be made based upon responses to this notice and is solely within the discretion of th e Government. The Government does not intend to award a contract based on this Sources Sought Notice, the responses received, or otherwise pay for the information solicited. The Performance Work Statement can be found as an attachment to this announcemen t. We are not requesting technical/management proposals. Your response will be used solely as part of our market research efforts. The Government will not reimburse participants for any direct or indirect costs or charges because of submission of responses to this Sources Sought Notice and the Governments use of such information. Any information provided by industry as a result of th is questionnaire is voluntary. In addition to the information provided in the Capabilities Package described below, responding parties must also indicate their size status in relation to the applicable North American Industry Classification System code 72 2310, Standard Industrial Classification code 5812 size standard $19.0M. Sources should identify and address if they are a large, small, 8a, woman owned, Hub zone, or otherwise classified as a small disadvantaged business in their responses. Please provide responses in Adobe Acrobat *.pdf file format. Hard copy responses are highly discouraged in order to avoid costs for the responses from your firm. Responses to this survey are due no later than 5:00 p.m. Central Standard Time on Friday, Ju ne 29, 2007 via email to wendy.herculesdesamuels@conus.army.mil and charles.fortune@conus.army.mil. Any Information received will be for Government Use Only: Request all responsible sources respond by submitting the following: 1) company name, point of contact, telephone number, fax number, email address, DUNS number, and CAGE code; 2) Small Business Certification, if applicable; 3) a statement of interest in working at Fort Sill, Oklahoma; 4) a written narrative Statement of Capability including detailed technical information and any other technical informational literature demonstrating the ability to meet the above requirements; 5) past performance on Government contracts of similar size and scope; and 6) the length of any Government contracts held. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests will be honored. No requests for capability briefings will be honored and no capability briefings will be allowed a s a result of this Sources Sought Notice. This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. All information received will be protected and safeguarded as Acquisition/Source Selection Sensitive in accordance with FAR Part 3.104, Procurement Integrity. If you have any further questions, please do not hesitate to contact the Contracting Officer at charles.fortune@conus.army.mil or Contract Specialist wendy.herculesdesamuels@conus.army.mil.
 
Place of Performance
Address: Directorate of Logistics, Fort Sill 3308 NW Randolph Rd Fort Sill OK
Zip Code: 73503
Country: US
 
Record
SN01319063-W 20070616/070614221308 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.