Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOURCES SOUGHT

78 -- Cross Country Mountain Skis

Notice Date
7/26/2016
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Carson, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, Colorado, 80913-5198, United States
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-16-T-0092
 
Point of Contact
Beverley Powell, Phone: 719-526-2971, Dorothy Bell, Phone: 719-526-6619
 
E-Mail Address
beverley.e.powell.civ@mail.mil, dorothy.f.bell.civ@mail.mil
(beverley.e.powell.civ@mail.mil, dorothy.f.bell.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Brand Name (Romp) or Equal Cross-Country Skis in accordance with the below specifications. The government is seeking vendors able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. CLIN Quantity Specifications 0001 Cross Country Ski-A 150 Dimensions: Length 164.2cm X Front end 13.6cm (Wide) X Rear end 12.5cm wide, and 10.6cm wide center. (see depiction below) Manufacturing Materia ls; Dura Surf 4001 Base Profile 129 Steel edge.2mmX25mm Rubber Foil Qiso M traxial braided 11.8 oz per carbon fiber 20,000+ strand carbon tow Vertically laminated poplar cores Iso Sport ICP8100 Top Sheet 0002 Cross Country Ski-B 200 Dimensions: Length 164.2cm X Front end 13.6cm (Wide) X Rear end 12.5cm wide, and 10.6cm wide center. (see depiction below) Manufacturing Materials ; Dura Surf 4001 Base Profile 129 Steel edge.2mmX25mm Rubber Foil Qiso M traxial braided 11.8 oz per carbon fiber 20,000+ strand carbon tow Vertically laminated poplar cores Iso Sport ICP8100 Top Sheet This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. Any resultant contract will be a Firm Fixed Price contract. The NAICS Code is 339920 or Sporting and Athletic Goods Manufacturing, with a Small Business Size Standard of 500 employees. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information ( e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Note: the Non-Manufacturing Rules applies to this acquisition. NON MANUFACTURER RULE (Applicable to Supplies only): In accordance with FAR 19.102(f), "Any concern submitting a bid or offer in its own name, other than on a construction or service contract, that proposes to furnish an end product it did not manufacture (a "nonmanufacturer"), is a small business if it has no more than 500 employees, and -- (1) Except as provided in subparagraphs (f)(4) through (f)(7) of this section, in the case of Government acquisitions set-aside for small businesses, furnishes in the performance of the contract, the product of a small business manufacturer or producer. The end product furnished must be manufactured or produced in the United States or its outlying areas. The term "nonmanufacturer" includes a concern that can, but elects not to, manufacture or produce the end product for the specific acquisition. For size determination purposes, there can be only one manufacturer of the end product being acquired. The manufacturer of the end product being acquired is the concern that, with its own forces, transforms inorganic or organic substances including raw materials and/or miscellaneous parts or components into the end product. However, see the limitations on subcontracting at 52.219-14 that apply to any small business offeror other than a nonmanufacturer for purposes of set-asides and 8(a) awards." ** Questions regarding this Sources Sought Notice should be received via email only not later than 12:00 PM (MT) on 29 July 2016. Please email all questions to Bev. Powell at beverley.e.powell.civ@mail.mil and Dorothy Bell at dorothy.f.bell.civ@mail.mil. ** Final capabilities statements should be received via email not later than 12:00 PM (EST) on 1 August 2016. Oral communications are not acceptable in response to this notice. Final capabilities statements must be received in Microsoft Word or Adobe Portable Document Format (PDF), and be not more than 10 pages in length, single spaced and 12-point font minimum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56584729ed2cd24fbfaf0ca9dc6caa28)
 
Place of Performance
Address: 10TH SFG (A) Fort Carson, Colorado, Fort Carson, Colorado, 80913, United States
Zip Code: 80913
 
Record
SN04196047-W 20160728/160726234758-56584729ed2cd24fbfaf0ca9dc6caa28 (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.