Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOURCES SOUGHT

S -- Bulk Propane

Notice Date
9/15/2010
 
Notice Type
Sources Sought
 
Contracting Office
MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
 
ZIP Code
44067
 
Solicitation Number
Q6140110300
 
Response Due
9/20/2010
 
Archive Date
9/15/2011
 
Point of Contact
Katherine Bernard Contract Specialist 3304682500301 Katherine_Bernard@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. The National Park Service, is conducting a MARKET SURVEY to determine the interest and capability of HUBZone, 8(a), Service-Disabled Veteran-Owned Small Business Firms, Small Business Firms and any firm eligible to compete in full and open competition under NAICS 454312 with a Small Business Size Standard 50 employees for an upcoming project to identify firms capable of providing all labor, material, equipment, transportation and supervision required for Bulk Propane for Apostle Islands National Lakeshore, Bayfield, WI. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Descriptions: Work shall consist of furnishing all labor, materials, tools, supplies, equipment, transportation, and supervision necessary to provide bulk propane to four (4) 1,000 gallon tanks. The intended contract will be on base plus four (4) option years. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses and (5) any firm eligible to compete in full and open competition. A firm is considered small if their average annual receipts for the preceding three (3) years were less than or equal to 50 employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that an award of this project can solicited under the respective set-aside categories and awarded at a fair market price, any solicitation that may be issued may be issued as unrestricted without further consideration. SUMBISSION REQUIREMENTS OF INTERESTED FIRMS: Request interested firms (regardless of size) submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) a summary of RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; (3) their SIZE STATUS; (4) the PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the contract. All responses must be submitted via e-mail NLT September 20, 2010 at 12:00pm EDT to the following e-mail: katherine_bernard@nps.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6140110300/listing.html)
 
Place of Performance
Address: Apostle Islands National Lakeshore37705 Roys Point RoadBayfield, WI
Zip Code: 54814
 
Record
SN02283601-W 20100917/100916000620-2b8b79b8e93463fd1dd0032f4ec4b2d5 (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.