Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
MODIFICATION

S -- Renewable Energy Services

Notice Date
5/9/2018
 
Notice Type
Modification/Amendment
 
NAICS
221118 — Other Electric Power Generation
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
PANMCC18P0000086660
 
Archive Date
6/2/2018
 
Point of Contact
Renata Housley, Phone: 2104662140
 
E-Mail Address
renata.a.housley.civ@mail.mil
(renata.a.housley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SEE ATTACHED DOCUMENTATION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Questions regarding this announcement shall be submitted in writing by e-mail to renata.a.housley.civ@mail.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 30 April 2018 will be answered. Responses are due no later than 18 May 2018, 12:00 CST. Responses shall be limited to 10 total pages and submitted via e-mail only to renata.a.housley.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Question: Can you tell me if these services are currently being performed by a contractor? If so, could you please provide the incumbent name as well as the contract number? Answer: Services are not currently being performed and there is no incumbent contract. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and thecorresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft SOW to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5636c3fdeb08a0237cebbbf1e4146b19)
 
Place of Performance
Address: FORT IRWIN, California, United States
 
Record
SN04917409-W 20180511/180509231120-5636c3fdeb08a0237cebbbf1e4146b19 (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.