Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOURCES SOUGHT

99 -- Conservation services for historical artifacts, flags and textiles dating back to the pre-Revolutionary War period.

Notice Date
12/18/2008
 
Notice Type
Sources Sought
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-R-0026
 
Response Due
12/29/2008
 
Archive Date
2/27/2009
 
Point of Contact
Nashaunte Graham, 703-697-6933<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The U.S. Mission and Installation Contracting Command (MICC), Contracting Center of Excellence (CCE), on behalf of the U.S. Army Center of Military History, intends to procure Conservation services for historical artifacts, flags and textiles as a small business set-aside or under full and open procedures. The capability packages for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 711510 with a size standard of $7.0 million are encouraged to submit their capability packages. Capability packages must not exceed 10 pages and must be submitted electronically. Small businesses are to outline their experiences in accordance with the key areas or tasks of the attached Performance Work Statement. The following questions must be answered as part of the packages: (1) Past Performance- Does your firm have relevant past performance within the last three years (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed)? And (2) Corporate Experience- Does your firm have the work experience similar in nature, scope, complexity and difficulty of work in the PWS? (See www.fbo.gov or CCE website http://cce.hqda.pentagon.mil/rfp/rfp_1.asp)to download a copy of the PWS). If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 10:00 am eastern standard time on 29 December 2008, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement. A Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) is anticipated. The period of performance will be a base year plus four options from the date of award. Work shall be performed at Contract or facility. No clearance, either personnel or facility, is required in accordance with this sources sought. A written Request for Proposal (RFP) will be posted on or about 5 January 2009. The RFP must be retrieved and downloaded from: www.fbo.gov. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Nashaunte Graham, Contract Specialist at (703) 428-0664 or nashaunte.graham@us.army.mil or Maj Conway Phelps, Contracting Officer, at (703) 428-0490 or conway.phelps@hqda.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bc2b5cec31ee2fb59e2e8da0c3cdebbc&tab=core&_cview=1)
 
Place of Performance
Address: U.S Center of Military History ATTN: 301 3rd Ave. Ft. McNair DC<br />
Zip Code: 20310-5058<br />
 
Record
SN01721285-W 20081220/081218215530-bc2b5cec31ee2fb59e2e8da0c3cdebbc (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.