Sources Sought Notice West Point USCC DMI Ice and Freezers
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159919909923935 |
Posted Date: | Nov 8, 2023 |
Due Date: | Nov 15, 2023 |
Source: | https://sam.gov/opp/5361d99f55... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Nov 08, 2023 11:36 am EST
- Original Response Date: Nov 15, 2023 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Nov 30, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: W099 - LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS
-
NAICS Code:
- 312113 - Ice Manufacturing
-
Place of Performance:
West Point , NY 10996USA
THIS IS A Sources Sought Notice ONLY.
The U.S. Government desires to procure the rental of eight (8) Outdoor Ice
Merchandiser Units (Freezers) and delivery of a total of (3,720) 45lb. bags of ice for the
US Corp of Cadets at the US Military Academy on a small business set-aside basis,
provided 2 or more qualified small businesses respond to this sources sought notice
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 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:
312113 – Ice Manufacturing and size standard of 750 employees.
A need is anticipated for eight (8) Outdoor Ice Merchandiser Units with the dimensions
of 7’L x 3’W x 8’H.
Requirement Details / Specifications:
See attached detail / specifications sheet.
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. Identify if you’re a Federal Supply Schedule (FSS) Contractor.
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.
4. Information to help determine if the requirement 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. 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 SAM.gov 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 by Wednesday, 15 November 2023 at 3:00 PM EST to
Leslie Duron, at leslie.a.duron.civ@army.mil, and be sure to include the Sources Sought
Notice in your email subject line.
- KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE
- WEST POINT , NY 10996-1514
- USA
- Leslie Duron
- leslie.a.duron.civ@army.mil
- Phone Number 8459384763
- Nov 08, 2023 11:36 am ESTSources Sought (Original)
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.