Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2023 SAM #8053
SOURCES SOUGHT

H -- Inspec Triple Chair Lift & Rope Tow

Notice Date
12/13/2023 5:33:48 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD240042
 
Response Due
12/15/2023 8:00:00 AM
 
Archive Date
12/16/2023
 
Point of Contact
Sonya D. Van Valkenburg, Phone: 8459384761, Fax: 8459388183
 
E-Mail Address
sonya.d.vanvalkenburg.civ@army.mil
(sonya.d.vanvalkenburg.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT This is a Sources Sought Notice ONLY.� The U.S. Government has a requirement for bi-annual inspection on the Borvig triple chair lift and adjacent Multi-Star handle tow, located at the Victor Constant Ski Slope, West Point, NY, �in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� 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 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.� The Mission Installation Contracting Command (MICC) West Point on behalf of the US Military Academy, intends to procure Ski Slope Inspection Services in accordance with the attached Statement of Work (SOW). A Firm - Fixed Price (FFP) type contract with a period of performance of 5 years to include one (1) twelve (12) month base period and four (4) 12-month option periods is anticipated. The requirement is potentially a 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. Only small businesses in NAICS code(s) is 541330 (Engineering Services) with a size standard of $25,500,00 employees are to submit capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the SOW as requested below. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the deadline or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement; this requirement will be solicited under full and open competitive procedures. The deadline for submission of capability packages is no later than 11:00 AM EST, Friday, 15 December 2023. Capability packages shall not exceed five (5) pages and must be submitted electronically to the POC identified below. It is the responsibility of the small business representative to ensure the timely delivery of their response to this office in writing, via email, before the aforementioned deadline. Late responses will not be considered. Responses to the sources sought must be submitted via email to Ms. Sonya van -Valkenburg, Purchasing Agent, at sonya.d.vanvalkenburg.civ@army.mil. No phone calls, please. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB,GSA, 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.� Technical Capability: Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the Statement of Work (SOW)? 4. Information to help determine if the requirement for bi-annual inspection on the Borvig triple chair lift and adjacent Multi-Star handle tow, located at the Victor Constant Ski Slope, West Point, NY 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. Past Performance: Provide private or government past performance references to show that your company has relevant and current past performance experience similar in nature, scope, and complexity of work in accordance with the SOW. Please include contract numbers, the title of the contract and the organization the contract is administered by, contract type, dollar value, points of contacts, and brief description of work performed. Relevancy is based on having performed similar or same types of services (nature of work, scope, complexity and difficulty) as described in the SOW. Currency is defined as relevant past performance within the last three years (as of 1 August 2023). 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition please indicate this in your response.� Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Please send all responses to the MICC Purchasing Agent, Sonya Van Valkenburg, at Sonya.D.Vanvalkenburg.civ@army.mil,and be sure to include the Sources Sought Notice W911SD-24-R-0042 in your email subject line to prevent your reply from being deleted as SPAM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f7b0955fef843189b63f1a314060773/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06911715-F 20231215/231213230046 (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.