SOURCES SOUGHT
V -- G4 Relocation of Senator Group Pods to Bldg 651
- Notice Date
- 7/13/2023 11:20:41 AM
- Notice Type
- Sources Sought
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- W6QM MICC-CARLISLE BARRACKS CARLISLE BARRACKS PA 17013-5072 USA
- ZIP Code
- 17013-5072
- Solicitation Number
- W91QF023Q6028
- Response Due
- 7/18/2023 2:00:00 PM
- Archive Date
- 08/02/2023
- Point of Contact
- Jennifer Wohlford
- E-Mail Address
-
jennifer.a.wohlford.civ@army.mil
(jennifer.a.wohlford.civ@army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for the G4 Cell Pod Move project on a SOLE SOURCE basis but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. 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 (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm fixed price contract to Senator International, Inc for the purpose of relocating these pods from Bldg 122 to Bldg 651. These pods are currently in Bldg 122 but are required for reutilization in Bldg 651, first floor knowledge commons to create additional office space and ensure continued use of the already purchased resource.� The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� The recommended Contractor is requested due to the proprietary nature of the system and the vendors specific knowledge of the product.� As the manufacturer�s representative this vendor completed the original installation for the USAWC previously. Alternative products do not provide the same level of privacy nor comply with fire detection, suppression, and HVAC requirements.� In addition, this action reutilizes already invested resources in keeping with the good stewardship of government resources. The equipment being repurposed for the new building was installed, integrated, and made functional by the Senator Group. The company which manufactured and installed these pods should be selected this action, due to their depth of knowledge of the products to be moved and their proprietary elements.� In response to this sources sought, please provide: 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 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from 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. 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/66d4be6394ba410a986c2a93c2bb5305/view)
- Place of Performance
- Address: Carlisle, PA 17013, USA
- Zip Code: 17013
- Country: USA
- Record
- SN06748495-F 20230715/230713230100 (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 |