Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912JA21R0029
THIS IS A SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION ANNOUNCEMENT ONLY. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought is Market Research being conducted by the Alab...
THIS IS A SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION ANNOUNCEMENT ONLY. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought is Market Research being conducted by the Alabama Army National Guard and is issued for information and planning purposes only. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. The Alabama National Guard is requesting information, pursuant to FAR PART 10, in order to identify potential sources to perform Industrial Hygiene Services. This is a non-personal services requirement that will anticipate, recognize, and evaluate potential health hazards associated with processes performed at Army National Guard (ARNG) facilities. Please see the attached Performance Work Statement for details. Period of Performance: 30 September 2021 – 29 September 2022 Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to perform required service. The proposed North American Industry Classification Systems (NAICS) Code is 561690, Other Scientific and Technical Consulting Services, which has a corresponding Size Standard of - $16.5 Million. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a) s, Service-Disabled Veteran-Owned Small Businesses, Hub zone Businesses, and Women-Owned Small Businesses. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. Please e-mail your response advising if the requirements listed above can be met during the period of performance to the following address: amelia.p.davis.civ@mail.mil. This Sources Sought is issued solely for informational and planning purposes. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Responses should include the following information: - Company Name and Address - Cage Code - DUNs Number - Company business size by NAICS code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, and email address - Web Page URL - Teaming Partners (if applicable) Provide any recommendations and/or concerns.