Louisiana Bids > Bid Detail

Dryage Furniture Movement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159989167673940
Posted Date: Mar 13, 2023
Due Date: Mar 27, 2023
Solicitation No: PANMCC22P0000028467
Source: https://sam.gov/opp/f7703c4c58...
Follow
Dryage Furniture Movement
Active
Contract Opportunity
Notice ID
PANMCC22P0000028467
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
418TH CSB
Office
W6QM MICC-FT POLK
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 13, 2023 10:49 am CDT
  • Original Response Date: Mar 27, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V112 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT
  • NAICS Code:
    • 484210 - Used Household and Office Goods Moving
  • Place of Performance:
    Fort Polk , LA 71459
    USA
Description

This Is A Sources Sought Notice ONLY. Mission Installation Contracting Command (MICC) -Ft Polk has received a requirement for the oversight of the Unaccompanied Personnel Housing (UPH) Furniture Management Program. The contractor would perform on site quality inspections of UPH furniture; classify furniture, be responsible for coordinating with customers for delivery and issue of UPH furniture, provide receiving reports to the Furniture Management Office (FMO), perform simple furniture repairs, and assemble/disassemble furniture. The contractor would maintain the life cycle replacement data base on all UPH Furniture, provide furniture storage operation, perform furniture inventories; redistribute furniture, turn-in furniture to DLA, receive, store, issue, and make direct exchange of used and/or new furniture, warehouse installation property including barracks furniture as directed on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought notice 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 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-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 source 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 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 anticipated North American Industry Classification System Code (NAICS) for this procurement is 484210, Used Household and Office Moving with a small business size standard of $30 million. The anticipated Product Service Code (PSC) is: V112 (Transportation Travel Relocation). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



Attached are the draft Performance Work Statement (PWS) , Performance Requirements Summary (PRS).



In response to this source sought, please provide:



1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) 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.



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 for Furniture distribution 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.



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



6. 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 210-466-3015, 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.



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



The estimated period of performance consists of one (1) base year plus four (4) twelve (12) month options with specifics regarding the number of option periods will be provided in the solicitation.



The contract type is anticipated to be Firm Fixed Price (FFP).



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act (SCA).



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kereese Mclean, in either Microsoft Word (.docx) or Portable Document Format (PDF), via email at kereese.a.mclean.civ@army.mil. Submitted capabilities statements shall not exceed five (5) pages. The deadline for response to this request is no later than 2:00 p.m. CST, 27 March 2023.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



All questions must be submitted to the contract specialist identified above within seven (7) days of the posting date. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 4275
  • FORT POLK , LA 71459-0198
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 13, 2023 10:49 am CDTSources 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 >