Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F1D3709183AW01
This is a Sources Sought synopsis only, and not a pre-solicitation notice pursuant to Federal Acquisition Regulation (FAR) Part 5, Publicizing Contract Actions. This Sources Sought is to ascertain pot...
This is a Sources Sought synopsis only, and not a pre-solicitation notice pursuant to Federal Acquisition Regulation (FAR) Part 5, Publicizing Contract Actions. This Sources Sought is to ascertain potential vendors and the availability of commercial sources and services in accordance with (IAW) FAR Part 10, Market Research. The purpose of this Sources Sought is to obtain knowledge of potential, qualified vendors. It is only for informational purposes. It does not constitute an Invitation for Bid (IFB), Request for Proposal (RFP), and is not to be construed as a commitment by the Government. The Government will not reimburse vendors for any cost(s) incurred for their participation in this survey. All submitted information will only be considered for the purpose of determining whether conducting a competitive acquisition is possible for the Government. DESCRIPTION: The Government intends to solicit a firm-fixed price contract with a 12-month base period of performance plus four (4) 12-month option year periods for library periodical subscriptions at Joint Base Andrews, MD. The contractor shall provide all plant, labor, supervision, equipment, materials, transportation, and perform all operations necessary to provide periodicals in either a print or digitized format. The specific publications required and the quantity for each is specified in the attachment. The intent is to find qualified businesses relative to the North American Industry Classification Code (NAICS) 511120, Periodical Publishers. Interested and capable vendors must be authorized distributors of the periodicals presented in the submittal. All responses must provide clear and concise documentation that indicates a potential vendor's bona fide capability to provide the requirement described above. Respondents must provide a Capability Statement that addresses their organization's qualifications, and the ability to perform the above listed description as the prime contractor, based on the items listed in the attachment. All submitted information should fully support the vendor's definite capability and shall be provided at no cost to the Government. Submissions should contain the following: - Company Name, Address, POCs, Phone Number(s), E-mail Address(es), Cage Code - Brief resume of performance of similar services of the magnitude described above, in accordance with the above description - Contract number(s) and Points of Contact (POCs) for those contracts-statement of whether the company is domestic or foreign owned - Size of business pursuant to NAICS code 511120; Business Size Standard: 1,000 employees Responses must be received no later than 12:00 PM (EST), 9 August 2019. Any potential vendors who are not capable of performing the requirement described above, please do not respond. Any potential vendors who may be interested in participating in a future acquisition for this requirement should respond to this Sources Sought notice by responding in the Federal Business Opportunities electronic system (https://www.fbo.gov/) or by contacting the POC below via e-mail: Archie Y. Warren; archie.y.warren.civ@mail.mil