FBO Notice Date 11/06/19
BIDS Reference Number 219
Document Type: Sources Sought
Miscellaneous

Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 22060-5134

99 -- Horse Bedding SOL W91QV120Q0003 DUE 111219 POC Kenneth L. Lutes, Contract Specialist, Phone 7038064945, Email kenneth.l.lutes.civ@mail.mil - Harry W. Shatto, Contracting Officer, Phone 7038068249, Email harry.w.shatto.civ@mail.mil SOURCES SOUGHT NOTICE


On behalf of the United States Army 3rd Infantry Regiment Caisson Platoon, the Mission and Installation Contracting Command - Fort Belvoir (MICC-FB) is issuing this sources sought notice as a means of conducting market research toidentify vendors that can provide horse bedding for the Caisson Platoon locatedat Fort Myer, VA. This sources sought is for informational purposes only. This is a Request for Information (RFI) only, which is being used for market researchpurposes only. Responses to this RFI are not considered offers and cannot be accepted by the Government to form a binding contract. The Government is not responsible for any costs incurred by the respondents when responding to this RFI. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. To become eligible for award, the contractor must be registered in the System for Award Management (SAM) at the time ofcontract award

Respondents must submit a capability statement that clearly defines the firm's ability to provide the items stated in the RFI. The United States Army 3rd Infantry Regiment Caisson Platoon will require the vendor to deliver Bedding for sixty-one (61) horses. Twenty-eight (28) pallets per delivery with forty-five (45) bags per pallet making a total of one thousand two hundred and sixty (1,260) bags per delivery. The deliveries shall be made within 25 calendar days of the date when the request is placed. The vendor shall make a total of twelve (12) deliveries per year. The specs required are flake size medium-large, Compressed bag size =2.6 cubic ft. Coverage area = 8.0 cubic ft. made of 100% southern yellow pine, kiln dried to kill mold and insects, triple screened to remove dust, pallets covered with full length rain bonnet, and then stretch wrapped.

Based on the responses to this RFI, this requirement may be set-aside for small businesses (in full or part) or procured through full and open competition. All small business set-aside categories will be considered. The government's preference is to set aside the requirement for small business.

This RFI is a market research tool, in accordance with the Federal Acquisition Regulation(FAR) Part 10, which is being used to determine potential large or small business firms that are capable of providing the supply described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The applicable North American Industry Classification System (NAICS) code for this requirement is 321113 - Sawmills - Sawdust and shavings (i.e., sawmill byproducts) manufacturing with a Size Standard of 500 employees. The Product Supply Code is 9440 - Miscellaneous Crude Agricultural and Forestry Products. The contract type is anticipated to be a firm-fixed priced contract.

A continuing need is anticipated for the bedding which is currently being fulfilled through contract: W91QV1-15-C-0007.

Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If your organization has the potential capacity to provide these contract supplies, please provide the following information:

1. Organization/company name, point of contact, address, email address, Web site address, CAGE code, DUNS number, telephone number, and business size (including small business type(s)/certification(s) such as 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business), and type of ownership for the organization.

2. Tailored capability statements addressing the particulars of this effort,with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

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. The Government will evaluate marketinformation to ascertain potential sources for this requirement. Note: Please note changes to the Limitations on Subcontracting requirements found in FAR clauses 52.219-3, 52.219-14. 52.219-27, 52.219-29 and 52.219-30.

4. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the Mission and Installation Contracting /command (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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

5. Recommendations to improve the approach/specification/draft Statement of Work to acquiring the identified items.

6. The NAICS code 321113 is being contemplated for this requirement. In youropinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why?


The statement of work (SOW) is also attached to this announcement, andall interested parties are requested to submit a capability statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for this response is Tuesday, November 12, 2019, at 12:00 p.m. Eastern Time. Please provide your response to this notice to Kenneth Lutes at kenneth.l.lutes.civ@mail.mil and Harry Shatto at Harry.w.shatto.civ@mail.mil.

CITE: https://www.fbo.gov/notices/14f3adf849e9b45e6ed6a0f239061fe2