Pennsylvania Bids > Bid Detail

G4 Relocation of Senator Group Pods to Bldg 651

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159059093280373
Posted Date: Jul 13, 2023
Due Date: Jul 18, 2023
Solicitation No: W91QF023Q6028
Source: https://sam.gov/opp/66d4be6394...
Follow
G4 Relocation of Senator Group Pods to Bldg 651
Active
Contract Opportunity
Notice ID
W91QF023Q6028
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-CARLISLE BARRACKS
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: Jul 13, 2023 02:20 pm EDT
  • Original Response Date: Jul 18, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: V112 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT
  • NAICS Code:
    • 484210 - Used Household and Office Goods Moving
  • Place of Performance:
    Carlisle , PA 17013
    USA
Description

SOURCES SOUGHT SYNOPSIS



THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the G4 Cell Pod Move project 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 synopsis. 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 Senator International, Inc for the purpose of relocating these pods from Bldg 122 to Bldg 651. These pods are currently in Bldg 122 but are required for reutilization in Bldg 651, first floor knowledge commons to create additional office space and ensure continued use of the already purchased resource. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.





The recommended Contractor is requested due to the proprietary nature of the system and the vendors specific knowledge of the product. As the manufacturer’s representative this vendor completed the original installation for the USAWC previously. Alternative products do not provide the same level of privacy nor comply with fire detection, suppression, and HVAC requirements. In addition, this action reutilizes already invested resources in keeping with the good stewardship of government resources.





The equipment being repurposed for the new building was installed, integrated, and made functional by the Senator Group. The company which manufactured and installed these pods should be selected this action, due to their depth of knowledge of the products to be moved and their proprietary elements.







In response to this sources sought, please provide:





1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





2. 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.





3. 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.





4. 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.





5. 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.





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





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




Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTORATE OF CONTRACTING 314 LOVELL AV SUITE 1
  • CARLISLE BARRACKS , PA 17013-5072
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 13, 2023 02:20 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 >