Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911SD-20-R-0155
This is a Sources Sought Notice ONLY. The U.S. Government has a requirement to perform Maintenance and Repair work in the West Point Observatory with the purpose of making it fully functional. The Obs...
This is a Sources Sought Notice ONLY. The U.S. Government has a requirement to perform Maintenance and Repair work in the West Point Observatory with the purpose of making it fully functional. The Observatory is located at the Department of Physics and Nuclear Engineering, U.S. Military Academy, Bartlett Hall, West Point NY in accordance on a small business set- aside basis, provided two (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 two (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 – Disable 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 cost 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 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 811219 Facilities Support Services. The size standard is $20.5 million. A need is anticipated to install and train West Point Faculty and or Cadets on the operation of equipment. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, e-mail 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. 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. 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 certification, etc., that will facilitate making a capability determination. Information to help determine if the requirement for the West Point Observatory Maintenance Services 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. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC-WP, Lakenia Brown, at lakenia.m.brown.civ@mail.mil 845-938-8182, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from this notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.