Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

J -- Sources Sought ONLY for Ski Slope Inspection Services

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-13-SS-1021271
 
Response Due
8/23/2013
 
Archive Date
10/14/2013
 
Point of Contact
Mitchelle Labady, (845) 938-4416
 
E-Mail Address
MICC - West Point
(mitchelle.labady@us.army.mail)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ONLY: This sources sought announcement is market research for information and planning purposes only. It is not to be construed as a commitment by the Government. This announcement is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. This sources sought does not commit the Government to contract for any supply or service. THIS IS NOT A REQUEST FOR QUOTE (RFQ) or PROPOSAL (RFP): Respondents are advised that the US Government will not pay for any information or administrative costs incurred in responding to this sources sought. Any responses to this sources sought received by the Government will not be accepted to form a binding contract. The Government is not obligated to consider any contractors input as a result of this notice. If a solicitation is issued, the Government does not guarantee that it will be issued to sources sought respondents. The Mission Installation Contracting Command (MICC) West Point on behalf of the US Military Academy, intends to procure Ski Slope Inspection Services in accordance with the attached Statement of Work (SOW). A Firm - Fixed Price (FFP) type contract with a period of performance of 5 years to include one (1) twelve (12) month base period and four (4) 12-month option periods is anticipated. The requirement is potentially a 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. Only small businesses in NAICS code 541330 (Engineering Services) with a size standard of $14 million are to submit capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the SOW as requested below. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the deadline or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement; this requirement will be solicited under full and open competitive procedures. The deadline for submission of capability packages is no later than 11:00 AM EST, Friday, 23 August 2013. Capability packages shall not exceed five (5) pages and must be submitted electronically to the POC identified below. It is the responsibility of the small business representative to ensure the timely delivery of their response to this office in writing, via email, before the aforementioned deadline. Late responses will not be considered. Responses to the sources sought must be submitted via email to Ms. Mitchelle R. Labady, Contract Specialist, at mitchelle.labady@us.army.mil. No phone calls, please. Small business shall provide responses to the required criteria to be considered eligible: (1) Financial Capability: Does your firm have the financial capability to withstand a negative cash flow and fulfill the requirement? (2) Technical Capability: Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the Statement of Work (SOW)? (3) Past Performance: Provide private or government past performance references to show that your company has relevant and current past performance experience similar in nature, scope, and complexity of work in accordance with the SOW. Please include contract numbers, the title of the contract and the organization the contract is administered by, contract type, dollar value, points of contacts, and brief description of work performed. Relevancy is based on having performed similar or same types of services (nature of work, scope, complexity and difficulty) as described in the SOW. Currency is defined as relevant past performance within the last three years (as of 1 August 2010). (4) Interested small business concerns to be eligible shall include: (a) Title of the requirement and announcement number, (b) Company Name, Address, and POC with DUNS number and CAGE Code, (d) Statement regarding current small business status, (e) A valid System Award Management (SAM) status. https://www.sam.gov/portal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b7f2cca6f4ec52f57e025a9c2f2d6b6)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN03151054-W 20130817/130816000228-5b7f2cca6f4ec52f57e025a9c2f2d6b6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.