SOURCES SOUGHT
V -- New Mexico BLM Office Moving Services
- Notice Date
- 9/17/2014
- Notice Type
- Sources Sought
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- 87107
- ZIP Code
- 87107
- Solicitation Number
- L14PS01306
- Response Due
- 10/15/2014
- Archive Date
- 11/14/2014
- Point of Contact
- Hermie (Reb) Conn
- E-Mail Address
-
hconn@blm.gov
(hconn@blm.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Bureau of Land Management (BLM) in Albuquerque, New Mexico is seeking sources that can provide moving services for the relocation of the New Mexico Bureau of Land Management Albuquerque Field Office within the City of Albuquerque. See attached draft Statement of Work for details of this requirement. The BLM is will be issuing a future solicitation for this requirement in October, 2014 as either a 100% 8a or small business set-aside under NAICS 484210. If you are a small business in accordance with the SBA size standard for NAICs 484210,please include in your capability statement in response to the RFI that if awarded a contract under a future solicitation for this requirement, your company is able to comply with Federal Acquisition Regulation (FAR) clause 52.219-14.Limitations of Subcontracting. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business to BLMs Contracting Officer, H. Reb Conn (contact information listed below). It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than ten pages in length, single spaced, 12 point font minimum, and electronically submitted to Contract Specialist) demonstrating the contractors ability to meet the BLMs requirements defined in the SOW and the attached evaluation factors. This documentation must address, at a minimum, the following: 1.Company Name; Company Address; Company Business Size, and Point-of-Contact name, phone/fax number, and email address; 2.Company profile to include office location(s), DUNs number, and a statement regarding current small/large business status as discussed above; 3.Prior/current corporate experience with providing similar office moving services as described in the attached Statement of Work. Management approach to staffing this effort with qualified personnel. Confirmation of the companys ability to provide personnel with qualifications in accordance with a team of qualified personal capable of performing moving services in accordance with the SOW as shown in attachment 2. 4.How the Company meets the attached draft Lowest Priced Technically Acceptable (LPTA) Evaluation Factors which will be part of the future solicitation. 5.Contractors are requested to submit a rough order of magnitude cost estimate. This ROM estimate which will be non-binding and will be used as part of the governments formulation of its independent cost estimate and budget for this acquisition. 6.Include in your capability statement that if awarded a contract under a future 100% 8a or small business set-aside solicitation for this requirement and you are a small business under the SBA size standard for NAICS484210, your company is able to comply with Federal Acquisition Regulation (FAR) clause 52.219-14.Limitations of Subcontracting. 7.Provide any inputs which you may have on the attached Lowest Priced Technically Acceptable technical and past performance proposal evaluation factors. NOTE: As this is a RFI for market research purposes, submitted capability packages shall not include any pricing information for the requested services described in the PWS. If pricing information is included within the capability package it will not be reviewed or considered by the BLM. Based on the results of this Sources Sought Notice and RFI, a Request For Proposals (RFP) will be issued on FBO. Gov and Fedconnect. Net and is anticipated to be issued on or about October 24, 2014. The Government estimates that an award will be made on or about December 1, 2014. DISCLAIMER: This request is for informational purposes only. This is not a request for proposal/quote. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Reponses in any form are not offers and BLM is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by Respondents to this technical description is strictly voluntary. Information submitted by offerors becomes the property of the Government and will not be returned to the offeror Responsible sources may submit all questions no later than 12:00 p.m. MST October 10, 2014 to H. Reb Conn, contracting officer, by email (preferredhconn&blm.gov, fax to (505)671-8946. All responses shall be submitted to H. Reb Conn 5:00 PM MST 15 October 2014. Attachments: Draft Statement of Work for moving services Draft RFP evaluation factors
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NM/L14PS01306/listing.html)
- Record
- SN03516236-W 20140919/140918000422-29c2f72fc7f128e6a975151a07193287 (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 |