California Bids > Bid Detail

Transportable Concrete Batching and Mixing Machine 1CY Yard

Agency:
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159313095933567
Posted Date: Dec 12, 2023
Due Date: Dec 27, 2023
Source: https://sam.gov/opp/f09483fe07...
Follow
Transportable Concrete Batching and Mixing Machine 1CY Yard
Active
Contract Opportunity
Notice ID
47QSWC24K0009
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
FEDERAL ACQUISITION SERVICE
Office
GSA FAS AAS REGION 7
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 12, 2023 03:00 pm EST
  • Original Published Date: Dec 05, 2023 06:36 pm EST
  • Updated Response Date: Dec 27, 2023 12:00 pm EST
  • Original Response Date: Dec 15, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 11, 2024
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3895 - MISCELLANEOUS CONSTRUCTION EQUIPMENT
  • NAICS Code:
    • 327320 - Ready-Mix Concrete Manufacturing
  • Place of Performance:
    Port Hueneme , CA
    USA
Description



1. Background: The Government contemplates soliciting for the award of a potential contract on behalf of the Naval Facilities Engineering Systems Command (NAVFAC) to acquire Transportable Concrete Batching and Mixing Machines Units to de deployed in austere environments. In addition to the acquisition of these units, the government is also seeking to acquire the items identified in Attachment 1 - Draft Portable Concrete Mixing Equipment Specifications.



2. Requirements: This sources sought notice (SSN) is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Quote (RFQ), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For this acquisition, we have conducted initial due diligence to identify potential NAICS and PSC codes. We value your industry expertise and welcome your feedback on the following codes, recognizing that your insights are invaluable in selecting the most appropriate NAICS and PSC codes. Exhibit 1 NAICS and PSC Overview (Please consider these proposed codes as a preliminary guideline for understanding the categorization of products or services in this procurement. Final codes will be communicated in the official solicitation).



NAICS 333120 - Construction Machinery Manufacturing; NAICS 532412 - Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing; PSC 3805 - Earth Moving and Excavating Equipment; PSC 5680 - Miscellaneous Construction Materials



The government is issuing this SSN to gather information and identify potential sources capable of providing the products/services outlined in "Attachment 1 Draft Portable Concrete Mixing Equipment Specifications." The Government contemplates soliciting one delivery order for Attachment 1. The information received in response to this notice will be used to further define the government's requirement and determine if two (2) or more capable small businesses respond with information sufficient to support a small business set-aside. We encourage all interested large and small businesses capable of satisfying the requirement in full or in part to identify their capabilities in meeting the requirement.



3. Response Submission: Information received as a result of this Sources Sought will be used solely for market research purposes. The Government shall use this market research in determining the best method of procurement, which is part of the acquisition planning process. This SSN is for information purposes only and no award will result from the SOURCES SOUGHT. Responses to this notice shall be submitted via Sam.gov no later the timed identified on December 15, 2023.



A. RESPONSE TO THIS SOURCES SOUGHT: To be considered responsive to this SOURCES SOUGHT, please provide a concise capability brief that includes:



1. Name of the firm, point of contact, phone number, email address, DUNS 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.)



2. In addition, offerors are requested to complete the "Comply" and "Exception" columns in Attachment 1. Under the Comply column, offerors are requested to provide detailed information on how their solution fully complies with each specified requirement. Clearly demonstrate how your product or service meets or exceeds the stated criteria. In the Exception column, offerors have the opportunity to note any deviations from the requirements. Offerors' must clearly outline and justify each exception, providing detailed explanations for any proposed alternative solutions. Please be explicit in providing the adverse impact (if any) on the functionality, performance, or quality of the unit or services.



3. The following information shall be contained in offerors' responses to ensure proper regulatory and schedule considerations are satisfied (if applicable):



- MAS SIN



- NAICS



- TAA Compliant



Please provide information on the TAA compliance of the items you are offering. Indicate whether the products originate from TAA compliant countries or if any exemptions apply. This information will assist in understanding the availability of TAA compliant solutions on the schedule (if applicable).



- Delivery Terms # Days After Receipt of Order (ARO)



- Open Market Item Offerors' are requested to specify the percentage of items proposed that will be sourced through the open market and those that will be acquired from their MAS (if applicable). This information is crucial for our procurement and will assist in evaluating the solicitation strategy.



4. Any other general information or suggestions for the Government regarding these items (e.g., recommendation for Multiple RFQs and/or Multiple Awards, NAICS, PSCs).



5. Please reference the attached Draft Specification Sheet (Attachment 1). The contractor must be able to provide this support in accordance with the attached DRAFT Specification Sheet



NO PHONE CALLS PLEASE.



Please reference the attached Draft Specification Sheet. The contractor must be able to provide this support in accordance with the attached DRAFT Specification Sheet.



Questions or comments are encouraged and are to be sent no later than 3PM (EST) on Monday, December 11, 2023 to the identified GSA personnel via email to shemeka.johnson-jenkins@gsa.gov and rodney.a.johnson@gsa.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >