Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2014 FBO #4500
SOURCES SOUGHT

V -- Sources Sought ONLY for Planning Purposes - USMA Requirement for Charter Bus Services for Graduation and Reception Day

Notice Date
3/19/2014
 
Notice Type
Sources Sought
 
NAICS
485510 — Charter Bus Industry
 
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
W91SD-14-T-0106
 
Response Due
3/26/2014
 
Archive Date
5/18/2014
 
Point of Contact
Mitchelle Labady, (845) 938-4416
 
E-Mail Address
MICC - West Point
(mitchelle.labady@us.army.mail)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. This notice is a Sources Sought for informational and planning purposes, only. This notice is strictly intended for market research and shall not be construed as a solicitation, obligation or commitment by the Government. The Government is seeking responsible sources from all businesses capable of meeting the quantity, complexity and schedule of the requirement outlined in this notice. The anticipated North American Industry Classification System (NAICS) Code is 485510 Charter Bus Industry with a Small Business Size Standard of $14 million. Feedback on this requirement is encouraged. The Mission Installation Contracting Command (MICC) at West Point on behalf of the United States Military (USMA) has an anticipated requirement for charter bus services in accordance with the attached Statement of Work (SOW). Interested sources are requested to submit an email to include: 1. Title of the requirement, Firm Name, Address, POC, DUNS number and CAGE Code; 2. Please indicate the size of our firm, i.e. large, small, veteran-owned service disable, HubZone etc. 3. A brief capabilities statement (no more than five (5) pages in length, single spaced, 12 point font minimum) detailing their qualification, capabilities and experience for providing these services. A generic capability statement is not acceptable and will be considered nonresponsive. 4. Past Performance (Experience): Has your Firm performed this type of effort or similar type effort (to include size and complexity) within the last three years, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort on three (3) projects completed? a.Do you plan to prime? Describe how you will either perform or subcontract any component required. Please identify any sources for any components for which you intend to subcontract. Does your firm possess the capabilities to provide the entire range of services called for in the attached Statement of Work? ______ YES _______ NO b.If you answered YES to Question # 4a, please provide specific capabilities and examples for how your firm can provide these services. c.If you answered NO to Question # 4a, please list what services in the sources sought your firm can provide? Please provide specific capabilities and examples. d. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 5. A response to the following inquiry: Can pricing be provided for a base year contract with two (2) option years? This notice is not a Request for Proposal or an announcement of a solicitation. Responses to this notice are not considered quotes or 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 notice. Participation is strictly voluntary. Responses shall be submitted via e-mail to Ms. Mitchelle Labady, mitchelle.labady@usma.edu. The deadline for the receipt of responses is no later than 3:00 pm Eastern Standard Time (EST) on Wednesday, 26 March 2014. The release of the solicitation is anticipated to be on or about 31 March 2014. For this solicitation, MICC West Point intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider; FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC West Point is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. When the solicitation is released, all responsible Offerors that respond MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9dd2177c80c3670d6ab262ef6f7cef53)
 
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
SN03314134-W 20140321/140319234427-9dd2177c80c3670d6ab262ef6f7cef53 (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.