Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2016 FBO #5193
SOURCES SOUGHT

V -- SE223 Program Office Equipment Move

Notice Date
2/9/2016
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DITCO02092016IMLShip
 
Archive Date
3/4/2016
 
Point of Contact
Tina Book, Phone: 618-229-9221
 
E-Mail Address
tina.m.book.civ@mail.mil
(tina.m.book.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources for Services Directorate ( SE223) CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Office/PL8324 2300 East Drive Scott Air Force Base, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The SE223 Program Office is seeking information for potential sources for an equipment move from Warner Robins Air Force Base (AFB), Georgia (GA) to DISA Operations (OPS) Defense Enterprise Computing Center (DECC) St. Louis, Missouri (MO). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT 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. CONTRACT/PROGRAM BACKGROUND: This is a new requirement and there have been no previous acquisitions for this. REQUIRED CAPABILITIES: a. At Warner Robins AFB packing approximately 11,000 lbs of computer room equipment on to pallets and/or commercial standards. b. Loading equipment onto a truck and securing equipment in a way that protects it from damage. c. Transporting equipment from Warner Robins AFB to St. Louis. d. Unloading the truck at St. Louis and moving the equipment up to the staging area, this is up a freight elevator and across approximately 50 yards. SPECIAL REQUIREMENTS: a. Truck driver must be able to show a valid driver’s license, current vehicle registration and current insurance to get on the bases. b. Packing and pick-up must occur between 8am and 4pm at Warner Robbins, M-F c. Delivery at St. Louis must occur between 8am and 2pm, M-F SOURCES SOUGHT: DISA anticipates North American Industry Classification System Code (NAICS) for this requirement is 484210, with the corresponding size standard of $27, 5000,000.00. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Identify charges that would apply to this requirement. 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 9:00 AM Eastern Daylight Time (EDT) Thursday, February 18, 2016 to shanna.b.neil.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than two pages) demonstrating ability to perform the services listed in thisRequired Capabilities. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. ***End*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DITCO02092016IMLShip/listing.html)
 
Place of Performance
Address: Warner Robins, GA - St Louis, Mo, Warner Robins, Georgia, 31088, United States
Zip Code: 31088
 
Record
SN04014992-W 20160211/160210042637-7ba4a60d08509f8803cd7f75beafd8d2 (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.