SOURCES SOUGHT
59 -- Airfield Lighting Control System
- Notice Date
- 2/7/2019
- Notice Type
- Synopsis
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 2175 Reilly Road Stop A Fort Bragg NC 28310-0500
- ZIP Code
- 28310-0500
- Solicitation Number
- W91247-19-R-0003
- Response Due
- 3/1/2019
- Point of Contact
- Francisco J. Cruz, Purchasing Agent, Phone 9109072008, - Heather D. Clifton, Phone 910-396-1671
- E-Mail Address
-
francisco.j.cruzsantiago.civ@mail.mil, heather.d.clifton.civ@mail.mil
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract to procure Airfield Lighting Control System repairs and maintenance service on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm-Fixed Price (FFP) contract to Eaton's Crouse-Hinds for Airfield Lighting Control System repairs and maintenance service. The statutory authority for the sole source procurement is 10 U.S.C. § 2304(c)(1) as implemented by Federal Acquisition Regulations (FAR) Part 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached are the draft Performance Work Statement (PWS), and Performance Requirements Summary (PRS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The North American Industry Classification System (NAICS) code is classified under 238210 - "Electrical Contractors and Other Wiring Installation Contractors" with a size standard of $15M and is defined as: "This industry comprises establishments primarily engaged in installing and servicing electrical wiring and equipment. Contractors included in this industry may include both the parts and labor when performing work. These contractors may perform new work, additions, alterations, maintenance, and repairs". 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 the corresponding 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 PWS/PRS to acquiring the identified items/services. 8. Capabilities/Qualifications: A short written response providing clear and unambiguous statement providing your company's capacity to fulfill this requirement as briefly described herein. Address your firm's experience, within the past three (3) years, what the likelihood of your firm being able to perform is, include any possible challenges you would be faced with, and how you plan to overcome those challenges. The Government does not anticipate providing individual responses to contractor inquiries; however, the Government will review and consider all comments for possible use in the development of any upcoming solicitation for the subject services requirement. Any questions regarding this Sources Sought shall be in writing and sent electronically Mr. Francisco Cruz at francisco.j.cruzsantiago.civ@mail.mil and Contracting Officer, Ms. Heather Clifton at heather.d.clifton.civ@mail.mil. Capability statements are due no later than 1:00 p.m. Eastern Standard Time (EST) on Friday, March 1, 2019. An electronic copy should be emailed directly to Mr. Francisco Cruz at francisco.j.cruzsantiago.civ@mail.mil and the Contracting Officer, Ms. Heather Clifton at heather.d.clifton.civ@mail.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/4de303ec005c7c7ced80d4acf183da44)
- Place of Performance
- Address: Fort Bragg, Pope Army Airfield, Simmons Army Airfield and Mackall Army Airfield, North Carolina. Fort Bragg, NC
- Zip Code: 28310
- Country: US
- Zip Code: 28310
- Record
- SN05215320-F 20190209/190207230021 (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 |