SOURCES SOUGHT
W -- Sources Sought Notice for Portable Staging for Media Stands Support during the 75th Training Command mission.
- Notice Date
- 2/19/2013
- Notice Type
- Sources Sought
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124JSTAGINGSS
- Response Due
- 3/4/2013
- Archive Date
- 4/20/2013
- Point of Contact
- rumi.shimooka, 210-466-2208
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(rumi.shimooka@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) certified small businesses; veteran-owned small businesses; woman-owned small businesses; economically disadvantaged women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This notice is to identify private sector capability to establish and provide nine (9) different media stands simultaneously at six (6) different locations in the Houston area in Texas during the 75th Training Command mission. The contractor shall deliver, construct including bunting, railings and stairs, take down and remove portable staging at (6) required locations within 24 hours after initial notification by the Contracting Officer's Representatives (COR). A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the draft Performance Work Statement (PWS) to familiarize themselves with the requirements of this project; failure to do so will be at your firm's own risk. BACKGROUND: The 75th Training Command has requirements to establish and provide outdoor portable staging for media stands support to fulfill their mission requirements. The Government's intent is to issue Indefinite-Quantity Indefinite-Delivery (IDIQ) type of contract with a five (5) year performance period to meet all of the media stands support for this mission. This contract shall be non-personnel services contracts to provide commercial portable staging for media stands support. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor, who in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to provide commercial portable staging as described in the attached draft PWS. PURPOSE AND OBJECTIVES: The purpose of this notice is to identify qualified sources, including small business concerns; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses, veteran-owned small businesses; woman-owned small businesses; economically disadvantaged women-owned small businesses; or small disadvantaged businesses that are interested in and capable of performing the work described herein. The Government does not intent to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this notice, the Government may issue a Request for Quote (RFQ). There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this notice or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. PROJECT REQUIREMENTS: (Refer to the Attached draft PWS.) Period of Performance: The Contractor shall have the media stands erected and operational within 24 hours after initial notification by the COR. The media stands shall remain in place for 6 to 10 days. The Contractor shall remove the media stands within 24 hours of completion of the event. The Government may conduct practice exercises on an annual basis requiring the Contractor to maintain its readiness to fulfill the contract. NAICS Code and Size Standard: NAICS contemplated for the media stands support is 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a size standard of $30M; however, respondents may identify other potential NAICS codes and the reasoning to support the recommendation. SUBMITTAL REQUIREMENTS: Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft PWS. Tailored Capability Statements for this requirement shall address the following areas: 1. Demonstrate the ability to meet all the requirements specified in the draft PWS. Specifically, address the following: (a) Capability to meet the required time frame for delivery and removal of the media stands with very short notice (within 24 hours after initial notification from the COR); (b) Capability to establish, provide, and perform required services simultaneously at the six different locations; (c) Capability to comply with the Government conducted practice exercises on annual basis requiring the Contractor to maintain its readiness to fulfill the contract. Other Required Information: All responses must include the following information: 1.Name of Company; Company Address; Point of Contact (POC) with Name, Phone Number, Email Address, NAICS Code, DUNS Number, CAGE Code, and Socio-Economic Size Status (Large/Small Business). 2.Security Requirements: Refer to the attached draft PWS, para 1.6.7. All vendors will need a favorably National Security Check (NSC). The detailed NSC requirements will be added to the final PWS when they are available and updated as needed. 3.If small business sources are available, company's ability to perform at least 51% of the work. (IAW 52.219-14 Limitations on Subcontracting) Information Submission Instructions: All capability statements package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the requirements as listed above sent in response to this Sources Sought Notice must be submitted electronically (via e-mail) to Rumiko Shimooka, Contract Specialist at rumiko.shimooka.civ@mail.mil, or Renee S. Burek, Contracting Officer at renee.s.burek.civ@maillmil, in MS Word or Adobe Portable Document Format (pdf). The email subject line must specify W9124JSTAGINGSS. Facsimile responses will not be accepted. Cut-off Date: Electronically submitted tailored capability statements are due no later than 2:00 PM (Central Time) on 4 March, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e4c6e5183a1450c247efd3639cc6a688)
- Place of Performance
- Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
- Zip Code: 78234-5015
- Zip Code: 78234-5015
- Record
- SN02990262-W 20130221/130219234408-e4c6e5183a1450c247efd3639cc6a688 (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 |