Skip to main content

An official website of the United States government

You have 2 new alerts

USFS R5 Vehicle, Equipment, and Auto Body Repairs - Central CA Forests

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 (Original)
  • Original Published Date: Nov 30, 2023 02:06 pm PST
  • Original Response Date: Dec 29, 2023 03:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 13, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J023 - MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
  • NAICS Code:
    • 811111 - General Automotive Repair
  • Place of Performance:
    Placerville , CA 95667
    USA

Description

The USDA Forest Service is is issuing this synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for vehicle, equipment and auto body repairs for the general central CA area, near the following Forests: Tahoe, Lake Tahoe Basin Management Unit, Plumas, Eldorado, Stanislaus, Sierra, Sequoia and Inyo. These repairs may include, but are not limited to the following: fire engine, water tendor, and crew haul repairs, auto body repairs, and repairs to various types of equipment. The result of this market research will contribute to determining the method of acquisition. The applicable North American Industry Classification System (NAICS) code assigned to this acquisition is 811111. 

There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these contract services, please provide the following information:

  1. organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and
  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 to deliver technical capability, address the administrative and management structure of such arrangements.

[Note: In accordance with Federal Acquisition Regulation (FAR) 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.]

The government will evaluate market information to ascertain potential market capacity to:

  1. provide services consistent in scope and scale with those described in this notice and otherwise anticipated;
  2. secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;
  3. implement a successful project management plan that includes compliance with program schedules, cost containment, meeting/tracking performance, hiring/retention of key personnel, and risk mitigation; and
  4. provide services under a performance-based service acquisition contract.

Based on the responses to this sources sought notice/market research, this requirement may be set aside for small businesses or procured through full and open competition, and multiple awards may be made. The government will not provide feedback or evaluations to companies regarding their submissions in response to this notice.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this sources sought notice by December, 29th. All responses under this notice must be emailed to danielle.dawson@usda.gov or jose.rivera3@usda.gov. 

If you have any questions concerning this opportunity, please contact Danielle Dawson at danielle.dawson@usda.gov or Jose Rivera at jose.rivera3@usda.gov. 

Response is strictly voluntary – it is not mandatory to submit a response to this notice to participate in any formal solicitation process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy.

Information to include:

· Company Name

· SAM UEI #

· Base of operations City, State

· Point of Contact Name

· Email

· Phone

· SAM Size Status and any applicable socio-economic designations

· Capability statement or Brief summary of similar projects performed (limit 1-2 pages)

Contact Information

Contracting Office Address

  • 333 Broadway BLVD SE
  • Albuquerque , NM 871023498
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jan 13, 2024 08:55 pm PSTSources Sought (Original)