SOLICITATION NOTICE
H -- Pool Dome Installation and Removal
- Notice Date
- 12/15/2020 12:56:54 PM
- Notice Type
- Presolicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- PANMCC-20-P-0000-006179
- Response Due
- 12/30/2020 12:00:00 PM
- Archive Date
- 01/14/2021
- Point of Contact
- Denese Y Henson, Phone: 7038064469, Jerome H Newell
- E-Mail Address
-
denese.y.henson.civ@mail.mil, jerome.h.newell.civ@mail.mil
(denese.y.henson.civ@mail.mil, jerome.h.newell.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- On behalf of the United States Army, Directorate of Public Works (DPW), Joint Base Myer-Henderson Hall (JBM-HH), located at Fort Myer, VA., the Mission and Installation Contracting Command (MICC-FB) is issuing this sources sought notice as a means of conducting market research to identify vendors that can provide services by installing and removing a pool dome located at JBM-HH. �This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), or the promise to issue any of these notices in the future.� This notice does not commit the Government to contract for any supply or service.� This is a Request for Information (RFI), which is being used for informational and market research purposes only.� Respondents to this RFI are not considered as offerors and cannot be accepted by the Government to firm a binding contract.� The Government is not responsible for any costs incurred by the respondents when responding to this RFI.� Respondents should not submit any proprietary information when responding to this RFI.� Respondents should also note that the Government will not return any submittals that is received.� Not responding to this notice does not preclude participation in any future RFQ, 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.� The anticipated NAICS code is 561790 � Other Services to Building and Swellings, and have a Size Standard of $8.0 million dollars. The Product Service Code (PSC) is H178 Quality Control: Recreational and Athletic Equipment. A continuing need is anticipated to install and remove pool dome which was being fulfilled through contract: W91QV1-16-P-0116.� Attached is a draft of the Scope of Work. The estimated period of performance is 01 April 2021 through 31 March 2025, which includes a base of twelve months and four option period.� Base on the attached PWS, interested parties are requested to submit a capability statement of no more than�Five (5) pages in length in Times New Roman font of not less than 10 pitch. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement.� Small businesses, in all socio-economic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.), are highly encouraged to identify capabilities in meeting the requirement at fair market prices.� Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns, describe any conditions, if any, which may limit small businesses from participating In response to this sources sought notice, interested are to include the following information: 1. Name of the firm, point of contact, address, email address, DUNs number, CAGE code, a statement regarding small business status (including small business type(s), certifications such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc., and the corresponding NAICS code.� 2. 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.� 3. 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 certification, etc., that will facilitate making a capability determination.� 4. Information to help determine if the 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. 5. Identify how the Army can best structure these contract requirement to facilitate competition to small businesses. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the Mission and Installation Contracting /command (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 beta.SAM.gov.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. The NAICS code contemplated for this requirement is 561790 with a size standard of $8.0 million.� In your opinion, does this NAICS code fit this requirement?� If not, which NAICS code would you suggest and why?�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c0f16005837f4eb8a823882e7d87f7d4/view)
- Place of Performance
- Address: Fort Myer, VA 22211, USA
- Zip Code: 22211
- Country: USA
- Record
- SN05874143-F 20201217/201215230140 (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 |