Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:89503321PWA0000000
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AN...
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 532412 – Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing size standard is $32.5 million) responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement WAPA is one of four power marketing administrations within the United States Department of Energy (DOE). The Sierra Nevada Region (SN) is one of four regions comprising WAPA. SN markets and delivers reliable, cost-based federal hydroelectric power and related services in California. This procurement is for a brand name or equal John Deere 210G LC FT4 Excavator. (see draft specifications) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.) Cage code and DUNS number. Cage code and DUNS number must be registered in System for Award Management (https://www.sam.gov). (2) Is your company considered small under the NAICS code identified under this RFI?(3) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (4) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced supply/services available on your schedule/contract? (5) Please submit your capabilities in accordance (IAW) with the attached documents. Responses to this notice shall be submitted via email to Alicia Powell @apowell@WAPA.GOV. Telephone responses shall not be accepted. Responses must be received no later than 26 August 2021 at 16:00 PM. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses