Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2008 FBO #2592
SOURCES SOUGHT

Y -- Industry Day Conference; Asphalt and Concrete Paving Construction and/or Repair

Notice Date
12/29/2008
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Riley, ACA, Fort Riley, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-09-X-0001
 
Response Due
1/12/2009
 
Archive Date
3/13/2009
 
Point of Contact
Gary R. Parker, (785) 239-4589<br />
 
Small Business Set-Aside
N/A
 
Description
Industry Day Conference; Asphalt and Concrete Paving Construction and/or Repair NAICS: 237310 Small Business Size Standard: $33.5M Federal Supply Code: Y222 The US Army Contracting Command, Mission and Installation Contracting Command, Directorate Of Contracting and the Installation Management Command, Garrison Command, Directorate Of Public Works at Fort Riley, KS will be co-hosting an Industry Day at Fort Riley, KS to provide information about, and solicit Industry comment on, the potential follow-on acquisition of the Asphalt And Concrete Paving Construction and/or Repair Program over the next four years (as a base plus three option years). The Government-estimated potential total value of this acquisition is $10M or more over the four year period. The current 4 year contract has had approximately $13.8M obligated against it to date. In the event a multiple award ID/IQ contract is awarded, the potential amount available for any one awardee would be reduced by amounts awarded to all other awardees over the contracted life of this program segment. Location: 1792 12th St.; Contracting Command, Fort Riley, KS Date: 21 January 2009 at 9:00 AM Central Standard Time. Conference registration will start at 8:00 AM. Required Response: To attend the conference, return the completed registration form, demonstration agreement, written comments, and any written questions on or before 8:00 AM Central Standard Time on 12 January 2009. Any comments/questions received after 2 Feb. will not be added to the data collected for this market research effort. Send all submissions to the POCs identified below. It is the Contractors responsibility to monitor the web sites provided below for amendments to this notice. Governments intent for this Industry Day Conference is twofold. The first is to obtain market research data of available sources that have the capacity and capability to perform this work, and are interested in participating in this possible procurement as a prime contractor. The second is to solicit industry comments as to the merits and perceived weaknesses of Governments requirement from the Contractors perspective. This includes any Government contractual or technical issues that the Contractor finds would limit or exclude it from participating as a prime contractor in any potential solicitation of this program. For example, one such possible industry response would be a comment that severing the asphalt paving requirement from the concrete paving requirement is a change that would increase the pool of vendors able to perform Governments requirement. Government desires to capitalize on Contractors expertise, business practices, and abilities to improve the Governments changeable requirements that will result in an increase of the supply, availability, and reliability of the work received. Government hopes that, in turn, adopted changes will translate into improved support to Government customers at a lower price and a shorter project concept-to-completion schedule for the Fort Riley installation overall. The conference registration form, demonstration agreement, driving directions, and proposed specifications (PWS) are available for download at the following internet address: http://www.riley.army.mil/Services/Fort/Contracting.aspx. The Industry Day will be held in the main training room of the Directorate Of Contracting, 1792 12th Street, Fort Riley, KS, on 21 January 2009 at 9 AM. Please note that the decision to coordinate with the Small Business Administration as to whether to set-aside this effort for small business participation has not been made yet. Data collected from this notice will be added to all other market research data collected for that decision process. The Government encourages attendance of all businesses interested in participating in any future solicitation as a prime contractor for this program. No more than two representatives from each firm interested in performing as a prime contractor for this possible procurement will be permitted to attend Industry Day. Firms interested in sending representatives to attend Industry Day must preregister by sending their completed registration form, demonstration agreement (included in the provided information), and written comments/questions via e-mail (preferred) or FAX to gary.r.parker@us.army.mil (FAX 1-785-239-5740) and copy furnish wilfredo.delatorre@us.army.mil on or before 8:00 AM Central Standard Time on 12 January 2009. Please be aware that all visitors, including those escorted by Government or Contractor personnel must go directly to the 12th Street Gate, Henry Drive Gate, Trooper Drive Gate, or Ogden Gate security office and show a valid photo ID, and/or Drivers License, vehicle registration, and proof of insurance to obtain a day visitor pass to gain access to the Fort Riley installation. Directions are provided in the information at http://www.riley.army.mil/Services/Fort/Contracting.aspx. All vehicles entering the installation are subject to search and seizure of any prohibited items including, but not limited to, weapons, ammunition, drugs, alcoholic beverages, etc. These items will be confiscated and violators cited/detained by the Directorate Of Emergency Services. DOD Regulations prohibit the use of cell-phones while driving unless using a hands-free device. All occupants of a vehicle shall be required to show a valid photo ID to the Gate Guard to gain access to the Fort Riley installation. It is requested that all participants review the information provided at http://www.riley.army.mil/Services/Fort/Contracting.aspx prior to Industry Day, and submit any specific questions and/or comments regarding this possible procurement via email to the points of contact mentioned above at least by 8:00 AM Central Standard Time on 12 January 2009. There will be limited time allowed on Industry Day for any additional questions and/or comments that may arise but answers provided by Government shall not be binding upon Government unless/until the Fort Riley, KS Government Contracting Officer provides a response in writing. The Government, in its sole discretion, will decide which, if any, additional questions it will provide a written response to. The Government will hear individual Contractor briefings in a private face-to-face environment. Contractors shall not deliver a capabilities briefing. Contractors shall limit the briefing to its commentary issues of the Governments provided requirement. The Contractor may have up to 20 minutes to make its presentation to Government. If the Contractor desires to perform an electronic presentation, the following applies. Government will provide a 110 volt electrical outlet and a pull down screen only. The Contractor may not connect to Governments hardware/software, internet, or telephone connection. If the Contractor desires to use Governments electronic presentation equipment, the following applies. The connection of Contractor portable hard drive or flash memory storage media to Governments system is strictly prohibited. The Contractor must supply a properly formatted and virus free CD with its presentation created in a program that is compatible with MS Office 2003. Presentations created in newer Office formats must be saved in a MS 2003 version to assure a relatively trouble free opportunity for the Contractors CD to successfully perform on Governments system. Or, the Contractor may connect to a public website and present from it. However, the Contractor may not download files from a Contractor FTP site to Governments system. If the registered number of Contractors desiring to perform a capabilities brief exceeds the allocated time available, Government will require an equitable reduction of time allocated to presenters. Government will amend this notice if the need for an allocated time reduction is realized prior to the conference. It is the Contractors responsibility to monitor the provided web sites for amendments to this notice. The agenda for Industry Day is as follows: Time, Presentation Topic 0800-0859 Registration; 0900-0929 Government Opening Remarks Welcome/Admin/Introductions; 0930-0959 Contractor Briefing; 1000-1029 Contractor Brief; 1030-1059 Contractor Brief; 1100-1129 Contractor Brief; 1130-1300 Lunch Break; Depending on the quantity of presenters, the morning and afternoon will proceed as above with the conclusion being Government conducting an open forum session for the exchange of ideas in the final hour to hour and a half on the conference. Government plans for the conference to conclude no later than 3:00 PM CST THIS NOTICE IS NOT A REQUEST FOR BID, QUOTE, OR PROPOSAL. This conference is a market research tool to determine the availability and adequacy of potential sources and as a source of information indicating Industrys perception and position relative to Governments requirements. No reimbursement will be made for any costs associated with providing information in response to this notice and any follow-up information requests. No basis for claim against the government shall arise as a result from a response to this notice or government use of any information provided and/or as a result of attending this Conference. The conference is for informational and planning purposes only and does not constitute a solicitation for bids, quotes, or proposals, and it is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to an ultimate acquisition strategy. The government reserves the right to consider acquisition strategies as it deems appropriate. If a solicitation is released, it will be synopsized at the Army Single Face to Industry public website ( https://acquisition.army.mil/asfi/ ) and will then be migrated to the FED BIZ OPPS ( https://www.fbo.gov/index?s=home&tab=list&mode=list&cck=1&au=&ck= ) public website. It is the potential sources responsibility to monitor the FED BIZ OPPS web site for release of any synopsis, solicitation, and/or amendment resulting from this conference. The following information is provided to make potential interested parties aware of possible US Small Business Administration arrangements that may lead to an increase in small business participation in Government contracts. Note: 1. under certain teaming arrangements, the individual small businesses must meet the size standard instead of using the combined total of employees of all small businesses on the team. Note: 2. to qualify as a small business entity all of the team members must be a small business. One exception is mentor-protege, which does permit large business participation on the team. For more information on acceptable teaming arrangements, contact your local US Small Business Administration office, Small Business Development Specialist.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c8241c9c6d87a73233eb4fa3fa58af2&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command Directorate of Contracting, 1792 12th St. Fort Riley KS<br />
Zip Code: 66442<br />
 
Record
SN01724912-W 20081231/081229214432-5c8241c9c6d87a73233eb4fa3fa58af2 (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.