TIMOTHY GRASS HAY
On behalf of the United States Army 3rd Infantry Regiment Caisson Platoon, the Mission and Installation Contracting Command (MICC-FB) is issuing this sources sought notice as a means of conducting mar... On behalf of the United States Army 3rd Infantry Regiment Caisson Platoon, the Mission and Installation Contracting Command (MICC-FB) is issuing this sources sought notice as a means of conducting market research to identify farmers that grow or can provide Timothy Grass Hay for 61 horses for the Caisson Platoon located at Fort Myer, Va. and Fort Belvoir, VA., as part of their daily diet. This sources sought is for informational purposes only. This is not a “request for proposal (RFP)” to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ) or invitation for bid (IFB) or RFP, if any issued. If a solicitation is released, it will be synopsized on the Government-wide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.” The contractor shall comply with and meet all access control requirements for personnel, vehicles and deliveries. The contractor shall be responsible for ensuring that all contractor personnel authorized to perform under this contract obtain installation access. Within five (5) workdays after contract award, the contractor shall submit to the Contracting Officer and the COR the names of ALL personnel working under this contract. Changes to the contractor personnel list shall be submitted within 24 hours of the change taking place. All contractor employees shall have on them, at all times, positive photographic identification. The applicable NAICS code for this requirement is 111940 with a Size Standard in millions of dollars is $0.75. The Product Service Code is 8710. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Also to become eligible for award, the contractor must be registered in the System for Award Management (SAM) at the time of contract award. The contract type is anticipated to be firm-fixed price. Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Sources Sought Notice. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The contractor will be required to deliver 14 tons per delivery, 24 times per year to Fort Myer, VA and Fort Belvoir, VA. Bales are required to meet the dimensions of 16” x 19” x 36”. The Timothy Grass Hay must be between 10 to 14 percent crude protein, and 1:1-2:1 calcium ratio, Potassium:1-4%, copper:100 mg, Magnesium:7.5 grams, Sulfur:15 grams, Iron: 400 mg, Zinc:400 mg, Selenium: 1 mg, Vitamin A:15000 IU, Vitamin D:3300 IU, Thiamin:30 mg, Riboflavin:20 mg, Manganese:400 mg, Iodine: 3.5, and Cobalt:0.5. If your organization has the potential capacity to provide these contract supplies, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential sources for this requirement. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF) to Contract Specialist Denese Henson at denese.y.henson.civ@mail.mil and Contracting Officer Harry Shatto at harry.w.shatto.civ@mail.mil no later than 3:00 p.m. EST on 24 June 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »