This is a Sources Sought Notice ONLY.
The Mission Installation Contracting Command Center-Fort Knox is conducting market research for a warehouse racking system to include the comprehensive removal and disposal of existing racking, design, build, installation and certification of a heavy-duty warehouse racking system customized to support pick and pack operations for a commercial off the shelf warehouse management system at the United States Army Marketing and Engagement Brigade warehouse located at 185 9th Cavalry Regiment Ave Building 210, Fort Knox, KY. The technical requirements are as follows:
Technical Requirements:
Capabilities:
· Design and install a heavy-duty beam-and-wire-deck warehouse racking system customized to support pick and pack operations for warehouse inventory management.
· Ensure the system accommodates the following:
o A third of the rack system must be space-saving and on-mobile track self-sustaining systems, providing flexible storage options.
o Ensure each pallet position is rated to safely support at least 2,500 lbs.
o Install racks at a minimum height of 104 inches, optimizing vertical storage capabilities within the warehouse facility.
o Include appropriate aisle spacing in the design to facilitate safe and efficient forklift operation and pallet handling.
· Verify and document compliance of the racking system with all applicable industry standards, building codes, and safety regulations.
· Provide load capacity certification from a structural engineer or qualified professional upon completion of the installation.
· Provide design plan, including specific methodologies, materials, and proposed timeline.
Deliverables and Timeline:
· Complete warehouse racking system fully installed, operational, and certified.
· All work be completed within twelve (12) weeks from the date of the contract award.
Place of Performance: · Fort Knox, Kentucky
Contractor Responsibilities:
· Provide detailed design drawings and specifications for government review and approval prior to installation.
· Maintain work areas in clean and orderly condition throughout the project duration.
· Comply with all Occupational Safety and Health Administration (OSHA) regulations.
· Coordinate site access and scheduling with the designated government point of contact.
Security Requirements:
· Contractor personnel must adhere to all security regulations and obtain required clearances for base access.
This market search is to determine the capabilities of all businesses including but not limited to any businesses that have an existing General Services Administration (GSA) agreement in the opportunity described below. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Businesses), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized as the regulations permit. The anticipated NAICS code is: 238290 – Other Building Equipment Contractors. The size standard is $22,000,000.00.
In response to this sources sought notice, please email the below requested information to, kelly.m.tipple.civ@mail.mil with a cc to barbara.j.jeffries5.civ@mail.mil no later than 21 August 2025 at 10:00 AM, EST:
1. Subject line of email shall contain: Sources Sought Notice PANMCC-25-P-0000 028166 – MDC-Racking System Requirement
2. 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.) and the corresponding NAICS code.
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.
4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
5. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
6. Identify any existing GSA agreement and/or contract number your business is currently participating in, pertaining directly to this requirement.
7. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
8. Responses should not be more than five (5) pages long. Font shall be Arial and not be any smaller than font size 12.
9. Limitations on subcontracting and non-manufacturer rule do not apply to small business set-asides for contracts at or below the SAT. It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set asides regardless of the dollar value of the award. See Class Dev (2021-O0008) Revision 2.
10. Include any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.