Animal Control Services
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires 2 or more qualified small businesses to respond to this sources sought synopsis with information sufficient to support a set-aside who... THIS IS A Sources Sought Notice ONLY. The U.S. Government desires 2 or more qualified small businesses to respond to this sources sought synopsis with information sufficient to support a set-aside who have the ability to furnish all plant, labor, materials, and equipment necessary to provide all resources necessary to shelter, feed, and care for all stray animals delivered by Fort Drum, NY. In Accordance With (IAW) this Performance Work Statement (PWS), and the terms and conditions of the contract. 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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 611430- Professional and Management Development Training with a size standard of $11,000,000.00. Some of the duties include: Drop-off facility will be located within a ****20 MILE RADIUS***** of Fort Drum, NY. The Contractor shall not euthanize the animals unless they are sick and diseased. The Contractor shall furnish and maintain a suitable shelter for the handling of stray and unwanted domestic animals received from Fort Drum. Such facility shall include at a minimum, cat kennels and dog kennels, as well as facilities for the humane disposal of sick and injured domestic animals. The Contractor shall become the sole owner of the animal when the animal reaches the Contractors facility, except under the circumstances described under Part 5.5. After 30 days, the Government will retain no fiscal liability for the animals. Any medical or disposal costs must be incurred during the first 30 days the animal is at the Contractors facility in order for the Government to bear any monetary responsibility. 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 arrangements that will be pursued, if any. 3. Information regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements If interested submit information no later than 12:00 PM Eastern Standard Time, 21 June 2019 via email to Laura Wallace, Contract Specialist at laura.j.wallace8.civ@mail.mil, with Animal Control in the subject line. If a solicitation is issued, it will be announced at a later date. 4. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 5. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »