Georgia Bids > Bid Detail

RENAMING CEREMONY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159112798269709
Posted Date: Aug 28, 2023
Due Date: Aug 31, 2023
Solicitation No: GORDON12003274
Source: https://sam.gov/opp/7705387978...
Follow
RENAMING CEREMONY
Active
Contract Opportunity
Notice ID
GORDON12003274
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT GORDON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 28, 2023 12:54 pm EDT
  • Original Response Date: Aug 31, 2023 07:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: T016 - PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL
  • NAICS Code:
    • 512290 - Other Sound Recording Industries
  • Place of Performance:
    Fort Eisenhower , GA 30905
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Renaming Ceremony on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, 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/are: 512290 Other Sound / Recording Industries, Size Standard $22.5 MIL.



This is a new requirement. Attached are the draft Statement of Work (SOW).



In response to this sources sought, including any capability statement, shall be electronically submitted to the Contract Specialist, Devin Knight, in either Microsoft Word or Portable Document Format (PDF), via email devin.knight.civ@army.mil 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. If the company has a GSA Schedule provide the schedule number.



2. 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.



3. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.



4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.



5. 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 certifications, etc., that will facilitate making a capability determination.



6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.



8. 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 210-466-2269, 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 Sam.Gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Attachments/Links
Attachments
Document File Size Access Updated Date
SOW - Naming Ceremony V8 changes in red_DRAFT.pdf (opens in new window)
236 KB
Public
Aug 28, 2023
file uploads

Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT GORDON , GA 30905-5719
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 28, 2023 12:54 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >