SOURCES SOUGHT
S -- Cemetery Operation & Maintenance
- Notice Date
- 6/10/2022 11:11:22 AM
- Notice Type
- Sources Sought
- NAICS
- 812220
— Cemeteries and Crematories
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD22R0140
- Response Due
- 6/15/2022 2:00:00 PM
- Point of Contact
- Stephanie Nickolan-Barron
- E-Mail Address
-
stephanie.l.nickolan-barron@army.mil
(stephanie.l.nickolan-barron@army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government.� This notice is intended strictly for market research.� The purpose of this Sources Sought notice is to determine interest and capability of potential qualified Small Business Administration (SBA) certified firms, i.e.: 8(a), Hub Zone, Woman Owned and Service Disabled Veteran-Owned firms to identify their capabilities in meeting the requirement at a fair market price relative to the North American Industry Classification Code (NAICS) 812220 (cemetery management services), the small business size standard is $22 million. The U.S. Military Academy West Point NY is seeking sources capable of providing all labor, material, equipment, tools, transportation and management necessary for Cemetery Operations and Maintenance. This 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. 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. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, small business status (including small business type(s)/certifications(s) 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 pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help demonstrate that the requirement is commercially available. Responses due are to be submitted by e-mail to stephanie.l.nickolan-barron.civ@army.mil. The information requested must be received no later than 5:00 pm Eastern Standard Time on June 15, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/62be3a3955c542f9a4360e5a6331090d/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06355140-F 20220612/220610230106 (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 |