SERVMART walk-in store
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 18, 2024 10:02 am EST
- Original Response Date: Dec 02, 2024 08:00 am EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Dec 17, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7510 - OFFICE SUPPLIES
- NAICS Code:
- 322230 - Stationery Product Manufacturing
- Place of Performance: Norfolk , VA 23511USA
Description
Request for Information (RFI)/Sources Sought Notice:
This is a Request for Information (RFI)/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 – Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received.
BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS:
The purpose of this effort is to provide all U.S. Naval activities (defined as all U.S. Naval ashore and afloat units in the Virginia Hampton Roads area) with a commercial retail store operator and logistics service integrator providing a full range of quality items, at discount prices, with either customer pickup or delivery.
The Virginia Hampton Roads area for the purposes of this effort is defined as U.S. Naval activities located within the cities of Norfolk, Portsmouth, Chesapeake, Virginia Beach, Suffolk, Hampton, Newport News, Yorktown and Williamsburg, Virginia. Other U.S. Government agencies in the Virginia Hampton Roads area are also authorized to utilize the Norfolk Super Servmart walk-in store and mobile store(s).See the draft performance work statement (PWS) posted with this notice for additional details.
The anticipated contract type is a Fixed Price with Equitable Price Adjustment provisions, Indefinitely Delivery/Indefinite Quantity (IDIQ) type contract.
This is follow-on to contract N0018921D0010 awarded to Mancon LLC.
The anticipated period of performance for this requirement will be for a one (1) five-year ordering period estimated to commence on 01 May 2026 through 30 April 2031 plus FAR Clause 52.217-6, Option for Increased Quantity, to continue performance through 30 October 2031.
The applicable North American Industry Classification System (NAICS) for this requirement are 322230, Stationery Product Manufacturing, and the product service code (PSC) is 7510, Office Supplies. Again, THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following:
1) Full business name
2) Cage code and Duns Number of business
3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information
4) Size of business [based on the applicable NAICS code]
5) Statement as to whether business is actively registered in the System for Award Management (www.beta.sam.gov)
6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership)
7) The contractor shall demonstrate capability in meeting PWS sections 2, 3 and 5.
If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage.
**Submissions are to be no more than 6 pages and no less than 12 point font. **
Responses should be emailed to Samantha.a.miller77.civ@us.navy.mil and john.c.hill36.civ@us.navy.mil by Monday, December 02, 2024 at 8AM.
All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice.
Disclaimer:
This is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government.
Attachments/Links
Contact Information
Contracting Office Address
- ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
- NORFOLK , VA 23511-3392
- USA
Primary Point of Contact
- JOHN HILL
- john.c.hill36.civ@us.navy.mil
Secondary Point of Contact
- Samantha Miller
- samantha.a.miller77.civ@us.navy.mil
History
- Dec 21, 2024 12:04 am ESTSources Sought (Updated)
- Nov 18, 2024 10:02 am ESTSources Sought (Original)