Agricultural Wash with Disinfectant
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159347755590301 |
Posted Date: | Oct 21, 2022 |
Due Date: | Oct 24, 2022 |
Solicitation No: | PANMCC-23-P-0000_000417 |
Source: | https://sam.gov/opp/4059a0f636... |
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.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Oct 21, 2022 03:12 pm EDT
- Original Response Date: Oct 24, 2022 12:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Oct 25, 2022
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
- 561710 - Exterminating and Pest Control Services
-
Place of Performance:
Savannah , GA 31409USA
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for 3CAB Agricultural Wash/Sanitize (AGWASH) on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice (SSN). In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
The proposed sole source Firm Fixed Price contract to MORAN ENVIRONMENTAL RECOVERY (MER), LLC. The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. Attached is the draft Performance Work Statement (PWS).
This notice 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 561710
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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 arrangement that will be pursued, if any.
3. 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.
4. Information to help determine if the requirement (item or service) 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.
5. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
6. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Document | File Size | Access | Updated Date |
|
44 KB
|
Public |
Oct 21, 2022
|
- KO DIRECTORATE OF CONTRACTIN 1042 WILLIAM H WILSON AVE STE 219
- FORT STEWART , GA 31314-3324
- USA
- Lamar Dunlap
- lamar.d.dunlap.mil@army.mil
- Rafael Alamedapabon
- rafael.g.alamedapabon.mil@army.mil
- Oct 21, 2022 03:12 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.