MODIFICATION
83 -- Super FOB for displaced Haitians
- Notice Date
- 1/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 532292
— Recreational Goods Rental
- Contracting Office
- Fort Stewart DOC, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
- ZIP Code
- 31314-3322
- Solicitation Number
- W9124M10SFOB
- Response Due
- 1/28/2010
- Archive Date
- 3/29/2010
- Point of Contact
- Barry Smith, 912-767-5467
- E-Mail Address
-
Fort Stewart DOC
(barry.s.smith@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from businesses capable of performing the required services. THIS IS NOT A REQUEST FOR PROPOSAL. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. The Mission and Installation Contracting Command at Ft. Stewart, GA, has an anticipated requirement for a Super FOB for displaced Haitians to be located at Ft. Stewart, GA. It is anticipated that this will be a firm fixed price requirement for an indefinite period of time. The Super FOB must be capable of holding up to 10,000 people at Fort Stewart. This anticipated requirement consists of tent shelters, tent dividers/ partitions, tent flooring, tent lighting, cots, light sets, HVACs, generators, shower units, DFAC, tables, chairs, laundry facilities, reefer trucks with ice, medical services, potable water, trash collection, portable latrines, and fuel. The contractor must also have the capability of mobilization, site preparation, and demobilization. The anticipated NAICS is 532292 with a Small Business Size Standard of $7M. Interested respondents should submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firms ability to perform the services. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. 4. Description regarding capability to meet requirements discussed in the DRAFT SOW. 5. State the lead time (days) necessary for your firm to begin performance after award. Responses shall be submitted immediately seeing that this anticipated requirement is fluid by email to Barry Smith at barry.s.smith@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/60c011afc8a303637a72794f56bd0acb)
- Place of Performance
- Address: Fort Stewart DOC Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
- Zip Code: 31314-3322
- Record
- SN02046532-W 20100123/100121235002-60c011afc8a303637a72794f56bd0acb (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 |