Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2023 SAM #7740
SOURCES SOUGHT

99 -- Propane Supply Delivery, Fort Riley Kansas

Notice Date
2/3/2023 12:56:58 PM
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-23-Q-0002
 
Response Due
2/17/2023 3:00:00 PM
 
Archive Date
02/17/2023
 
Point of Contact
Philip Melton
 
E-Mail Address
philip.e.melton.civ@army.mil
(philip.e.melton.civ@army.mil)
 
Description
This is a Sources Sought Notice ONLY. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, small businesses, in all socioeconomic categories must describe their identifying capabilities in meeting the requirements at a fair market price and include any information that may help support a small business set-aside. This notice 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.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The North American Industry Classification System (NAICS) code and size standard is 325120 of 1,000 employees. The proposed contract will be for one (1) base year with four (4) one-year renewable options periods, resulting in the contract performance period of maximum 5 years. Interested sources should be advised that while a full solicitation is expected to release no less than 15 days to industry, the Government reserves the right to extend this posting. No visits with industry will be permitted with any Fort Riley personnel in response to this anticipated RFQ. No Site Visit is anticipated at this time In response to this sources sought, please provide: 1.� 1.� 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 Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, 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. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3.� 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. 4.� 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.� [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5.� Information to help determine if the requirement (item or 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. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82691cec084b4649bbb9438e2ad489d5/view)
 
Place of Performance
Address: Fort Riley, KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN06582533-F 20230205/230203230109 (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.