Federal Bid

Last Updated on 29 Dec 2015 at 9 AM
Sources Sought
New york New york

SIP-Hut

Solicitation ID W911SD-16-T-0065
Posted Date 10 Dec 2015 at 2 PM
Archive Date 29 Dec 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states 10996
SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY. The MICC-West Point currently intends to award a contract for One (1) Structural Insulated Panel (SIP) building kit 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 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 The MURUS Co. for the following General Requirements:
Constructability
• The SIP system must be designed for ease of assembly by soldiers having little familiarity with the system or design. Easy assembly is characterized by wall and roof panel connections that will align easily and require relatively few actions on the part of the assembler. Connection via a cam-lock system (engaged by turning a bolt using a T-wrench) is the preferred method.
• The SIP solution provided must include all required 2x lumber factory cut and installed into the panel edges, foam sealant with dispensing guns, panel screws, and shop drawings. 2 x materials to be factory installed on wall panel bottoms, floor panel ends and edges, and roof panel edges.
• The SIP system must be easily disassembled to enable repackaging and movement to another location.
The statutory authority for the sole source procurement is FAR 13-106-1(b)(1)(i), "Only one responsible source" based on the company being the sole developer and provider of the products and is therefore the only source capable of satisfying the Government requirements.

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: 321992 with a Size Standard of 500 employees.

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, Dean Carsello, at [email protected] or 210-466-2419, 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.

Bid Protests Not Available

Similar Past Bids

West point New york 01 Mar 2013 at 7 PM
West point New york 18 Feb 2014 at 6 PM
New york New york 12 Jan 2017 at 7 PM
New york New york 19 Jan 2017 at 2 PM
Hawaii 04 Jul 2018 at 1 AM

Similar Opportunities

Texas 10 Jul 2025 at 7 PM
Lafayette Louisiana 28 Jul 2025 at 3 PM
Tinker air force base Oklahoma 04 Aug 2025 at 8 PM
Philadelphia Pennsylvania 01 Jan 2027 at 5 AM (estimated)
Tinker air force base Oklahoma 04 Aug 2025 at 8 PM