Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SOURCES SOUGHT

99 -- Prime Vendor Requirement - Hardware, Raw Materials, Supplies

Notice Date
2/24/2020 6:51:32 AM
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-20-R-PRIME
 
Response Due
3/9/2020 1:00:00 PM
 
Archive Date
03/24/2020
 
Point of Contact
Carly Frye, Phone: 3097825464
 
E-Mail Address
carly.c.frye.civ@mail.mil
(carly.c.frye.civ@mail.mil)
 
Description
OVERVIEW 1. This announcement constitutes a Request for Information (RFI) only. �Army Contracting Command � Rock Island (ACC-RI) is conducting a market assessment to identify potential contractors to serve as supply chain managers for commercial hardware, raw materials, and supplies in support of Pine Bluff Arsenal. The intent is to form a consortium of multiple contractors that routinely bid on hardware, raw material, and supply delivery orders to meet the emergent needs of Pine Bluff Arsenal production division.� Contractors serving as supply chain managers are not envisioned to manufacture all items but to be able to coordinate procurement of a vast array of items that may be a requirement for Pine Bluff Arsenal. 2. Contractors shall provide information that demonstrates their expertise, capability, and experience to meet the requirements listed below: but note, this is NOT all inclusive as Market Research is being conducted and requirements are unknown.� ACC-RI is issuing this RFI to explore cost effective options and innovative teaming approaches for providing supply chain management support for rapid procurement for authorized Government customers.� This RFI is issued solely for information and planning purposes and will be utilized in developing the acquisition strategy for ACC-RI. 3. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.� The Government will not reimburse or pay for any information submitted in response to this RFI or any follow-up information requests.� Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this RFI.� Please be advised that all submissions become Government property and will not be returned.� All costs associated with responding to this RFI will be solely at the responding party's expense. 4. �ACC-RI is not seeking proposals at this time, and will not accept unsolicited proposals.� 5. �Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued.� Small Businesses are encouraged to provide responses to this RFI in order to assist ACC-RI in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontract plan goal percentages.� The acquisition strategy is still being determined.� Market research results will assist ACC-RI in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition.� Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under the Limitations of Subcontracting, as does the Non-Manufacturer Rule. Respondents should consider how the primary tasks identified in this RFI will be broken out between prime and sub-contractors to avoid ostensible subcontracting, and address in their response if necessary. 6. �If there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate.� A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) 52.219-14, ""Limitations on Subcontracting"".� If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� If this effort is not set-aside for small business, small business utilization will be considered.� Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value, as well as supporting rationale for the recommended percentage. 7.� If your company is capable of meeting some, but not all of the requirements stated in this RFI, please provide a response detailing the requirements you are capable of meeting.� This will allow an assessment of whether or not breaking out a portion of the requirement for Small Business is possible and practicable.� Any issues regarding Limitations on Subcontracting should be considered in your response. 8. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� It is the responsibility of the interested parties to monitor the FedBizOpps (FBO) web site: http://www.fedbizoppsgov.com/ for additional information pertaining to this RFI. 9. Responders are solely responsible for all expenses associated with responding to this inquiry.� This announcement is not to be construed as a formal solicitation.� It does not commit the Government to reply to the information received, to later publish a solicitation, or to award a contract based on this information. 10.� Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements. 11.� Responders should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. � REQUIREMENTS: 1.� The Government is looking for contractors with demonstrated experience and ability as supply chain managers.� The scope of this potential contract would cover hardware, materials, and supplies � more specifically the items below: Aluminum Bar/Rod, Aluminum Plate/Sheet, Aluminum Angle/Channel, Aluminum Pipe/Tube,� Steel Bar/Rod, Steel Plate/Sheet, Steel Angle/Channel, Steel Pipe/Tube, Wire Products, Hardware - Bolts, Nuts, Screws, Rivets, Washer, Wood Products and Packaging, Adhesives, Adhesives � 3M, Pressure Sensitive Tape, Welding Rods, Insulation tape, Sealants, O-Ring, Filler - Preform Packing, Seal - Filter Inlet, Rivets, Plastic Cavity Liner, Copper Washer, Plastisol, Fiberboard, Plastic Packaging, Plastic Sheets. The following are representative NAICS codes that may be used for this effort, but is not an all-inclusive list.� Specific NAICS codes will be identified at the delivery order level. A NAICS code determination is not final for this acquisition.� Please suggest a code or codes that you feel best represents the product provided by your company to support needs for PBA. 332999����������� All Other Miscellaneous Fabricated Metal Product Manufacturing 321999����������� All Other Miscellaneous Wood Product Manufacturing 326199����������� All Other Plastics Product Manufacturing 332618����������� Other Fabricated Wire Product Manufacturing 332722����������� Bolt, Nut, Screw, Rivet, and Washer Manufacturing 325520����������� Adhesive Manufacturing RESPONSES 1.� Please provide your RFI responses to carly.c.frye.civ@mail.mil by 3:00 PM CST on 9 March 2020.� Title e-mail responses in the subject line of the e-mail as follows:� ""Response to Request for Information (RFI) � Prime Vendor Requirement.� 2.� Responses shall include the following administrative information: a) Company/Institute name b) Address c) Point of Contact d) Cage Code e) DUNS Number f) Phone Number g) E-mail Address h) Web page URL i) Is your company domestically or foreign owned?� If foreign, please indicate the country of ownership. 3. �Please provide all relevant NAICS codes and state whether your company qualifies as a: a) Small Business, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business, 8(a) Certified, HUB Zone Certified, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business Per FAR 19.102(f), the end product furnished must be manufactured or produced in the United States or its outlying areas.� If you are a small business concern and plan to respond to this RFI, please notify us of the location of your manufacturing process.� In order to qualify as a small business for the purposes of this RFI, a company must either manufacture the end item, or qualify as a nonmanufacturer under FAR 19.102(f). 5.� Please limit your responses to no more than 15 pages, to include product sheets, test data, graphs, charts and answers to the questions above; furthermore, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed.� Marketing materials alone are considered an insufficient response. �6. Responders should indicate which portions of their responses are proprietary and mark accordingly.� All information received in response to this RFI that is properly marked as ""proprietary"" will be handled accordingly.� Proprietary information must be clearly marked on the outside container and on the materials inside.� The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. 7.� Points of Contact (POC) for this RFI: Carly C. Frye Contract Specialist Carly.c.frye.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/222541a541504ec3b5b335659e38b192/view)
 
Record
SN05571228-F 20200226/200224230144 (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.