Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOURCES SOUGHT

56 -- Supplies for Sicily Dropzone (Fort Bragg, NC)

Notice Date
5/21/2020 10:31:49 AM
 
Notice Type
Sources Sought
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-20-Q-9005
 
Response Due
3/27/2020 11:00:00 AM
 
Archive Date
04/11/2020
 
Point of Contact
Quentin Williams, Phone: 9109073510, Anna Walker, Phone: 9109084602
 
E-Mail Address
quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil
(quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Supplies for Sicily Dropzone (Fort Bragg, NC) THIS IS A SOURCES SOUGHT NOTICE ONLY and a request for Industry comment for informational and planning purposes and shall not be construed as a solicitation or as an obligation on the part of the Mission and Installation Contacting Command, Fort Bragg (MICC- FB).�This Sources Sought is intended strictly for market research and the purpose of this Sources Sought & Request for Industry Comment to determine the interest and capability of potentially qualified small business firms, relative to the North American Industry Classification Code (NAICS)� 212319 for �Other Crushed and Broken Stone Mining and Quarrying� with a size standard of 500 employees. Responses to this Sources Sought are not Offers and cannot be accepted by the Government to form a binding contract. A formal Solicitation does not exist at this time. The Mission and Installation Contracting Command-Fort Bragg (MICC-FB) has received a request from the Directorate of Public Works (DPW) to procure supply materials to build culverts at Sicily Drop Zone on Fort Bragg, North Carolina.� The conceptual acquisition strategy is to establish a single Firm Fixed-Price contract with a thirty (30) calendar day period of performance. Contractor shall be able to provide all supplies, NO Partial Delivery. Supplies to be procured are below: Description/Quantity/Unit of�Issue �Fill Material for Sicily FLS/13,500/CY 24"" RCP (Meets ASTM C-76)/750/LF 4"" Bolster (re-bar) Chairs /200/EA #6 Rebar (20' sections)/36/EA 2x12 Lumber (16' sections)/9/EA 2x4 Lumber (16' sections)/18/EA 100' Wire Ties (Rebar Ties)/2/EA #57 Stone/65/CY 3/4"" Plywood sheets (4'x8')/33/EA 2x4 Lumber (8' Sections)/170/EA 200' of 16 gauge wire ties/r/EA 3/4"" Concrete/Masonry Bit/3/EA Concrete Epoxy/1/GAL Concrete (4500 psi)/15/CY a.�� The Contractor shall deliver all supplies within the specified timeframe outlined in this Statement of Work. All supplies except the Fill Material and concrete shall be delivered within ten (10) days of contract award. The Fill Material shall be delivered within twenty (20) days of contract award; and the concrete delivered once the culverts are ready. b.�� The Contractor shall ensure the material must classify as Clayey Sands (SC) according to the Unified Soil Classification System. The Liquid Limit is recommended to be between 20 and 50. The plasticity index shall be no less than 7, but is recommended to be above 10. The should fall into the ranges below: Sieve Size/Percent Passing 9.5 mm (3/8in)/100 No 4(70-100) No 10(55-100) No 40(30-70) No 200(12-15) The purpose of this Sources Sought Notice is to seek Capability Statements from interested small businesses capable of performing services in order to reaffirm the initial market research. Responses to this Sources Sought from Large Businesses are not required at this time. The U.S. Government desires to procure the supplies on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. THIS IS NOT A REQUEST FOR TECHNICAL OR COST/PRICE PROPOSALS. This notice is issued solely for information and planning purposes � it 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 government to a contract for any supply or service. Further, the 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 government will not reimburse industry for any information or administrative costs incurred in response to this notice. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. Submission shall be limited to no more than three (3) pages and are due no later than 2:00 p.m. on Wednesday, May 27, 2020.� Submission shall be submitted electronically to Contract Specialist, Mr. Quentin Williams at Quentin.williams.civ@mail.mil and Contracting Officer, Mrs. Anna Walker at anna.m.walker.civ@mail.mil. Standard brochures will not be considered a sufficient response to this Sources Sought request. Information provided will not be used as a part of any subsequent Solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary by nature. All contracting topic questions are listed below and shall be answered in the Capability Statements: (1)� Provide your company's name; Point of Contact information (address, telephone, facsimile, email); DUNS number; CAGE code; and (2)� Provide your firm's Socioeconomic Classification (Small Business status (i.e., Small Business, Small Disadvantaged Business, HUBZone, Small Disadvantaged Veteran Owned Business, Woman- Owned, Woman-Owned Economically Disadvantaged, 8(a) [entrance / exit date], etc.). (3)� If this acquisition is set-aside for small business, FAR Clause 52.219-14, Limitations on Subcontracting, will be applied at the contract level. Accordingly, identify what percentage of work your business intends on performing as the prime contractor. (4)� Address your firm's experience, within the past three (3) years, what the likelihood of your firm being able to provide the needed supplies, include any possible challenges you would be faced with, and how you plan to overcome those challenges. (5)� Capabilities/Qualifications: A short written response providing clear and unambiguous statement providing your company's capacity to fulfill this supply, testing/certifying requirement for the sand mixture as briefly described herein. 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. Quentin Williams at quentin.williams.civ@mail.mil and Contracting Officer, Mrs. Anna Walker at anna.m.walker.civ@mail.mil. 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 D. Kukes at scott.d.kukes.civ@mail.mil or 210-466-2419, 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28acd76b0475470897ce637cd8594043/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN05668421-F 20200523/200521230231 (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.