SOURCES SOUGHT
W -- Bleacher Rental and Setup at the US Coast Guard Academy
- Notice Date
- 2/13/2024 12:04:02 PM
- Notice Type
- Sources Sought
- NAICS
- 532289
— All Other Consumer Goods Rental
- Contracting Office
- DOL-9 NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08424DOL930006
- Response Due
- 2/20/2024 1:00:00 PM
- Archive Date
- 03/06/2024
- Point of Contact
- Kadizha Hankins, Tina Ford
- E-Mail Address
-
Kadizha.A.Hankins@uscg.mil, tina.m.ford@uscg.mil
(Kadizha.A.Hankins@uscg.mil, tina.m.ford@uscg.mil)
- Description
- Request for Information (RFI) Bleacher Rental and Setup at the US Coast Guard Academy 70Z08424DOL930006 This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10.� Purpose: The United States Coast Guard (USCG) Shore Infrastructure Logistics Command (SILC) is procuring services to furnish, assemble, disassemble and remove portable bleacher systems for the USCG Academy Commencement Ceremonies for the years of 2024 through 2029. The specified work shall be performed at the Cadet Memorial Field at the USCG Academy located at 15 Mohegan Ave, New London, CT 06320.� The contractor shall provide all labor, material, equipment, transportation, and supervision to furnish, assemble, disassemble, and remove portable bleacher systems for the US Coast Guard Academy Commencement Ceremonies. The Contractor shall temporarily increase the seating capacity of the USCG Academy's Cadet Memorial Field from its existing 2500 capacity to as large as approximately 5000 seats using a combination of the existing and rented bleacher systems. The ability to interchange rented bench seating with upgraded flip-up/tip-up 20-inch seating and/or removal to accommodate wheelchair access will be required. All equipment, supplies and workmanship shall meet or exceed the BOCA National Building Code, Uniform Building Code, International Building Code, Uniform Fire Code, and National Fire Protection Association standards. This Performance Work Statement (PWS) complies with USCG procurement policy to ensure consistent, results-oriented delivery of services and performance. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 238390. Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned.� After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. � Request: Please provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. Submission Instructions: Interested parties are invited to submit a response to the above questions by 20 February 2024 at 4:00 pm EST. All responses and questions regarding this RFI must be emailed to Kadizha Hankins, kadizha.a.hankins@uscg.mil. Please no phone calls.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6433ac3f31434e6197c66d25b1a2ff83/view)
- Place of Performance
- Address: New London, CT 06320, USA
- Zip Code: 06320
- Country: USA
- Zip Code: 06320
- Record
- SN06964984-F 20240215/240213230047 (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 |