Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2019 SAM #6568
SOURCES SOUGHT

G -- Religious Catholic Services

Notice Date
11/21/2019 9:26:10 AM
 
Notice Type
Sources Sought
 
NAICS
813110 — Religious Organizations
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R20Q0003
 
Response Due
11/27/2019 11:00:00 PM
 
Archive Date
12/13/2019
 
Point of Contact
Jennifer Garcia, Phone: 9283284019, Fax: 9283286534, Maribel Sanchez, Phone: 9283286424
 
E-Mail Address
Jennifer.m.garcia108.civ@mail.mil, Maribel.Sanchez2.civ@mail.mil
(Jennifer.m.garcia108.civ@mail.mil, Maribel.Sanchez2.civ@mail.mil)
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Catholic Religious Services 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 purchase order to The Roman Catholic Church (of the) Diocese of Tucson at 11545 E 40th St, Yuma, AZ 85367-7602 for Catholic Religious Services with an estimated period of performance from 30 November 2019 to 29 November 2020. These services will include 52 Masses, six Holy Days of Obligation and one Contract Manpower Reporting (CMR). All required duties will be in accordance with the Performance Work Statement (PWS).The statutory authority for the sole source procurement is Federal Acquisition Regulation 13.106-1(b)(1)(i), Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). Attached are the draft Performance Work Statement (PWS), 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 NAICS code(s) is/are: 813110“Religious Organizations” size standard $8,000,000.00In 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79635582e69d494c957320f78dfbeeda/view)
 
Place of Performance
Address: 85680, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05501130-F 20191123/191122081749 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.