Kansas Bids > Bid Detail

MCC Health and Comfort Items

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159491446588610
Posted Date: Nov 14, 2023
Due Date: Dec 20, 2023
Source: https://sam.gov/opp/308154d71c...
Follow
MCC Health and Comfort Items
Active
Contract Opportunity
Notice ID
W91QF4-24-Q-0007
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-FT LEAVENWORTH
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 14, 2023 03:27 pm CST
  • Original Published Date: Nov 14, 2023 01:48 pm CST
  • Updated Response Date: Dec 20, 2023 11:00 am CST
  • Original Response Date: Dec 20, 2023 11:00 am CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 04, 2024
  • Original Inactive Date: Jan 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 31191 - Snack Food Manufacturing
  • Place of Performance:
    Fort Leavenworth , KS 66027
    USA
Description View Changes

INTRODUCTION

The Mission Installation Contracting Command (MICC) at Fort

Leavenworth, Kansas is issuing this sources sought synopsis as a means

of conducting market research to identify potential sources having an

interest and capability to provide various hygiene, snack, tobacco and

other consumables in support of confined inmates at the United States

Disciplinary Barracks (USDB) to support the health and welfare of the

populace in accordance with Army Regulation (AR) 190-47 (see attached

list).

The result of this market research will contribute to determining the

method of procurement, if a requirement materializes. Based on the

responses to this sources sought notice/market research, this

requirement may be set-aside for small businesses (in full or in part) or

procured through full and open competition. Multiple awards may be

made. All small business set-aside categories will be considered.

Telephone inquiries will not be accepted or acknowledged, and no

feedback or evaluations will be provided to companies regarding

submissions.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS

IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES

NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A

COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE

NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO

AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS

ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS

ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO

THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

REQUIRED CAPABILITIES

The Government requires a Commercial Vendor with the ability to

provide estimated annual quantities divided over 12 months of health

and welfare items per the attached list within 72-96 hours after receipt

of order (actual orders vary monthly). The intent of this Sources Sought is to assess the number and types of capable commercial vendors available to meet this requirement.

The Government envisions a solution for a single awardee under a

requirements “D” type contract under a base year with three option

years where the offeror provides a Co-Efficient of Pre-Priced Items (e.g.

1.10 represents a 10 cents per dollar from each item ordered). Items

with a brand name specified are to be provided as an Exact Match

(Brand Name Justification will be provided with the issuance of the

solicitation).

ELIGIBILITY – The applicable NAICS code for this requirement is 311919

(Other Snack Food MFG) with a Small Business Size Standard of 1,250

employees. The Product Service Code (PSC) is 3605 Food Products

Machine and Equipment.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement

package (no more than ten 8.5 X 11 inch pages, font no smaller than 12

point Arial Font) demonstrating ability to provide the products/systems

listed in this Technical Description. Documentation should be in bullet

format. No phone or email solicitations with regards to the status of the

RFP will be accepted prior to its release.

Your response to this Sources Sought, including any capabilities

statement, shall be electronically submitted to the Contracting Officer

Marilee.e.drennan.civ@army.mil, in Portable Document

Format (PDF), not later than 11:00 a.m. Central Standard Time (CST) 20

December 2023 and reference this synopsis number (W91QF4-23-Q-0007)

in subject line of e-mail and on all enclosed documents. Information

and materials submitted in response to this request WILL NOT be

returned.

If your organization has the potential capacity to provide the required

products/systems, please provide the following information:

1) Organization name, address, primary points of contact (POCs) and

their email address, Web site address, telephone number, and type of

ownership for the organization

2) Tailored capability statements addressing the requirements of this

notice, 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.

All data received in response to this Sources Sought that is marked or

designated as corporate or proprietary will be fully protected from any

release outside the Government.INTRODUCTION

The Mission Installation Contracting Command (MICC) at Fort

Leavenworth, Kansas is issuing this sources sought synopsis as a means

of conducting market research to identify potential sources having an

interest and capability to provide various hygiene, snack, tobacco and

other consumables in support of confined inmates at the United States

Disciplinary Barracks (USDB) to support the health and welfare of the

populace in accordance with Army Regulation (AR) 190-47 (see attached

list).

The result of this market research will contribute to determining the

method of procurement, if a requirement materializes. Based on the

responses to this sources sought notice/market research, this

requirement may be set-aside for small businesses (in full or in part) or

procured through full and open competition. Multiple awards may be

made. All small business set-aside categories will be considered.

Telephone inquiries will not be accepted or acknowledged, and no

feedback or evaluations will be provided to companies regarding

submissions.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS

IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES

NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A

COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE

NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO

AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS

ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS

ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO

THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

REQUIRED CAPABILITIES

The Government requires a Commercial Vendor with the ability to

provide estimated annual quantities divided over 12 months of health

and welfare items per the attached list within 72-96 hours after receipt

of order (actual orders vary monthly). The intent of this Sources Sought is to assess the number and types of capable commercial vendors available to meet this requirement.

The Government envisions a solution for a single awardee under a

requirements “D” type contract under a base year with three option

years where the offeror provides a Co-Efficient of Pre-Priced Items (e.g.

1.10 represents a 10 cents per dollar from each item ordered). Items

with a brand name specified are to be provided as an Exact Match

(Brand Name Justification will be provided with the issuance of the

solicitation).

ELIGIBILITY – The applicable NAICS code for this requirement is 311919

(Other Snack Food MFG) with a Small Business Size Standard of 1,250

employees. The Product Service Code (PSC) is 3605 Food Products

Machine and Equipment.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement

package (no more than ten 8.5 X 11 inch pages, font no smaller than 12

point Arial Font) demonstrating ability to provide the products/systems

listed in this Technical Description. Documentation should be in bullet

format. No phone or email solicitations with regards to the status of the

RFP will be accepted prior to its release.

Your response to this Sources Sought, including any capabilities

statement, shall be electronically submitted to the Contracting Officer

Marilee.e.drennan.civ@army.mil, in Portable Document

Format (PDF), not later than 11:00 a.m. Central Standard Time (CST) 20

February 2020 and reference this synopsis number (W91QF4-20-Q-0011)

in subject line of e-mail and on all enclosed documents. Information

and materials submitted in response to this request WILL NOT be

returned.

If your organization has the potential capacity to provide the required

products/systems, please provide the following information:

1) Organization name, address, primary points of contact (POCs) and

their email address, Web site address, telephone number, and type of

ownership for the organization

2) Tailored capability statements addressing the requirements of this

notice, 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.

All data received in response to this Sources Sought that is marked or

designated as corporate or proprietary will be fully protected from any

release outside the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • 535 KEARNY AVENUE BLDG 338
  • FORT LEAVENWORTH , KS 66027-0000
  • 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 >