New York Bids > Bid Detail

Sources Sought --U.S. Army West Point Temporary Billeting, Training, Shower Structures, and Equipment Rental FY 2023

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159749995238511
Posted Date: Feb 10, 2023
Due Date: Feb 15, 2023
Solicitation No: W911SD-23-R-0073
Source: https://sam.gov/opp/30e9be9282...
Follow
Sources Sought --U.S. Army West Point Temporary Billeting, Training, Shower Structures, and Equipment Rental FY 2023
Active
Contract Opportunity
Notice ID
W911SD-23-R-0073
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-WEST POINT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 10, 2023 12:01 pm EST
  • Original Published Date: Feb 09, 2023 03:52 pm EST
  • Updated Response Date: Feb 15, 2023 12:00 pm EST
  • Original Response Date: Mar 05, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5419 - COLLECTIVE MODULAR SUPPORT SYSTEM
  • NAICS Code:
    • 532284 - Recreational Goods Rental
  • Place of Performance:
    West Point , NY 10996
    USA
Description

THIS IS A Sources Sought Notice ONLY.



The U.S. Government desires to procure provide Temporary Billeting, Training, Shower Structures, and Equipment FY 2023 rental and services 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, to which only one (1) contract will be awarded.



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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.



The anticipated NAICS code(s) is/are: 532284 Recreational Goods Rentals; Tents, Showers, Billeting



A need is anticipated for Temporary Billeting, Training, Shower Structures, and Equipment rental and services



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, 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.



Requirements:






  • Site Visit will be made available, attendance to the Site Visit will be MANDATORY in order to be considered


  • Provide billeting, training, latrine, and shower equipment and services to meet personnel requirements IAW timeline in this PWS. Provide site proposal to meet CST billeting, training, latrine, and shower requirements.






  • Provide site manager; conduct site survey. Conduct delivery of materials and equipment, set-up, breakdown, and removal according to defined timeframe, to specifications as defined in this PWS.






  • Provide initial operation instruction and familiarization brief to Government.






  • Provide 24-hour contact with 12 hr response time for on-call servicing and maintenance.






  • Provide services and materials for filling of water and all fuel. Materials for dumping shower and latrine waste water off site



4. Information to help determine if the requirement for Temporary Billeting, Training, Shower Structures, and Equipment rental 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.



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. Include the subject of the acquisition, this announcement, and the MICC POC information from the Governmentwide point of entry betaSAM.gov (Formally known as Federal Business Opportunity [FBO] website) 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 Ignacio Cordova Ignacio.j.cordova2.civ@mail.mil and be sure to include the Sources Sought Notice W911SD-23-R-0073 in your email subject line to prevent your reply from being deleted as SPAM.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE
  • WEST POINT , NY 10996-1514
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >