SOURCES SOUGHT
Z -- Glass Entry Door Upgrade and Replacement
- Notice Date
- 1/6/2023 2:51:37 PM
- Notice Type
- Sources Sought
- NAICS
- 238150
— Glass and Glazing Contractors
- Contracting Office
- W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
- ZIP Code
- 98433-9500
- Solicitation Number
- PANMCC23P0000005796
- Response Due
- 1/19/2023 3:00:00 PM
- Point of Contact
- MAJ Andre Gatlin, Phone: (253) 982-3873, Rick Jimenez, Phone: (253) 982-3861
- E-Mail Address
-
andre.k.gatlin.mil@army.mil, anthony.r.jimenez10.civ@army.mil
(andre.k.gatlin.mil@army.mil, anthony.r.jimenez10.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice ONLY.� The U.S. Government desires to procure commercial sources capable of providing, a non-personal services contract to provide services to remove two wooden doors and replace them with two glass 1-hour doors �Also, the removed wooden doors shall be packaged for storage�at JBLM, WA.�� 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 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 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 source 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 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 anticipated NAICS code is: 238150 ""Glass and Glazing.""�The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $16,500,000 average annual receipts.� Attached is a copy of a draft Statement of Work (SOW). In response to this source sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, 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. 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 certifications, etc., that will facilitate making a capability determination.� 4.� Information to help determine if the requirement 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 requirements to facilitate competition by and among small business concerns. 6.� Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services. 7. How long will it take to procure the supplies? Are there any issues with supply chains for this requirement?�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6fb944d56ec64322937c482fa0fe92dd/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA 98433, USA
- Zip Code: 98433
- Country: USA
- Zip Code: 98433
- Record
- SN06558683-F 20230108/230106230103 (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 |