Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOURCES SOUGHT

B -- Sources Sought - TTB Alcohol Beverage Sampling Program

Notice Date
6/14/2024 12:08:02 PM
 
Notice Type
Sources Sought
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
ARC DIV PROC SVCS - TTB PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
SoS-TTB-24-092
 
Response Due
6/29/2024 7:00:00 AM
 
Archive Date
07/14/2024
 
Point of Contact
CT, MH
 
E-Mail Address
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Reference/Notice Number (if applicable): SoS-TTB-24-092 Project Title / Short Description: Alcohol Beverage Sampling Program PSC code: PSC B506 NAICS Code: NAICS 541910 Release Date: 06/14/2024 Response Date: 06/24/2024 Primary Point of Contact:�CT Contact Information for Primary Point of Contact: purchasing@fiscal.treasury.gov Secondary Point of Contact (optional): ��MH Description: TTB has the need to renew alcohol sales data. This data is to provide TTB an electronic list of all alcohol beverage products sold for off premise consumption in the United States within a designated one-year period for all three alcohol beverage commodities including wine, beer, and distilled spirits products. The anticipated period of performance is for five (5) years from 07/31/2024 through 07/30/2029, inclusive of a base year and four (4) option years of 12 months each. Lead in Statement: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a promise to issue a solicitation in the future. �The purpose of this notice is to obtain information regarding the availability and capability of qualified small business sources (e.g. HUBZone small business; service-disabled veteran-owned small business (SDVOSB); 8(a) small business; veteran-owned small business; woman-owned small business (WOSB), including economically disadvantaged women-owned small business (EDWOSB) or small disadvantaged business concerns) for this potential requirement. � Additionally, to assist the Government in determining whether or not a set-aside is possible. � To qualify as a small business the NAICS code for this sources sought is 541910 with a size standard of $22.5 million.� An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice.� However, if a vendor feels that another NAICS code is more appropriate, please discuss that in your response.� A draft PWS is uploaded in order to review the requirement details. � Detail Statement: The Government has interest in, and is seeking small business vendors capable of providing data on alcohol beverage products sold for off premise consumption in the United States within a designated one year period for all three alcohol beverage commodities including wine, beer, and distilled spirits products. The Government anticipates establishing a service contract with a twelve month base period and four (4) twelve month option periods. 3. Requested Information: Responses to this Notice should include the following: Information regarding respondents: (a) staff expertise and their availability, experience, and formal/other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; Provide feedback on whether or not requirements in the draft SOW/PWS do or do not follow commercial practices or that would require your company to take an exception. Respondant�s UEI number, organization name, address, point of contact, type of business (large or small) and socio-economic status (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code. Identification of any contract vehicles (e.g. GSA schedule numbers and SIN category(ies)) they may possess or are aware of that would support this possible requirement. Possible questions that enable the Government to determine whether the requirement should be set aside, commercial practices, possible revisions to the requirement etc. Any other information that may be helpful. Vendor�s technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. How to Submit a Response. The point of contact for this Notice is: CT/MH, purchasing@fiscal.treasury.gov Email responses to this Notice shall be sent to the attention of individual(s) listed in this Notice. � Due date for responses are no later than 06/24/2024 by 10 AM ET. Terms and Conditions regarding this Notice: � This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. �All costs associated with responding to this Notice are solely at the responding party's expense.� The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. �Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. �Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. �Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. �After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in the Government Point of Entry or other similar source (GSA e-Buy). �However, responses to this notice will not be considered adequate responses to a solicitation. � Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement.� The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice.� Responses to the notice will not be returned.� Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondant. �The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s). � Do Not Submit any Proposals/Offers in response to this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1daa8bfd7a64def842122123beab883/view)
 
Place of Performance
Address: Washington, DC 20220, USA
Zip Code: 20220
Country: USA
 
Record
SN07098530-F 20240616/240614230127 (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.