SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for an Articulating Non-Overcenter Aerial Device on an 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. 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 requirement will result in a firm-fixed-price contract for an Articulating Non-Overcenter Aerial Device. 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: 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
_________________________________________
In response to this sources sought notice, please:
1. Identify any condition or action that may unnecessarily restrict competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at [email protected] 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 Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Provide name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI), CAGE code, identify business size (large business or a small business under NAICS 333923), and (if applicable) a statement regarding small business status (including small business type(s)/certifications(s) such as 8(a), HUBZone, SDVOSB, WOSB, etc.
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. Provide 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 item 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 this contract requirement to facilitate competition, including competition amongst small business concerns.
7. Recommendations to improve the Army's approach/specifications to acquiring the identified item.
_________________________________________
ARTICULATING NON-OVERCENTER ARTICULATING DEVICE
TECHNICAL REQUIREMENTS:
Chassis and Other Options
Aerial Features and Options
Safety Features
Line Body Features
Warranty
Additional Items