The Contractor shall conduct annual maintenance for nine (9) liquid food composters on Fort Bragg and Camp Mackall, North Carolina and provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items necessary to perform maintenance, service and repair, as defined in the draft Performance Work Statement (PWS), except for those items specified as government furnished property and services.
THIS IS A SOURCES SOUGHT NOTICE ONLY and request for industry comment for informational and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Mission and Installation Contracting Command- Fort Bragg, (MICC-FB). This Sources Sought is intended strictly for market research and the purpose of this Sources Sought & Request for Industry Comment to determine the interest and capability of potentially qualified small business firms, relative to the North American Industry Classification Code (NAICS) 325315, “Compost Manufacturing,” with small business size standard of $8,000,000.00. Responses to this Sources Sought are not Offers and cannot be accepted by the Government to form a binding contract. A formal Solicitation for this requirement does not exist at this time.
MICC-FB has received a request to support the Directorate of Public Works (DPW), located in Fort Bragg, North Carolina, for the repair and maintenance of liquid composting nine (9) machines across Fort Bragg. The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and any other items necessary to perform the repairs and maintenance. The conceptual acquisition strategy is to establish a single contract with a twelve (12) month base and four (4) 12-month options. Please see the DRAFT PWS attached to this notice for a complete description of this requirement.
The purpose of this Sources Sought Notice is to seek Capability Statements from interested small businesses capable of performing services in order to reaffirm the initial market research. The U.S. Government desires to procure the Maintenance and Repair of Liquid Compost machines on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. 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 Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
THIS IS NOT A REQUEST FOR TECHNICAL OR COST/PRICE PROPOSALS. 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. Further, 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 government will not reimburse participants for information provided in response to this notice. The government will not reimburse industry for any information or administrative costs incurred in response to this notice. 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 on
the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry (https://beta.sam.gov/search) for additional information pertaining to this requirement. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
A continuing need is anticipated for the repair and maintenance of liquid compost machines on Fort Bragg. Attached is the draft Performance Work Statement (PWS), and Technical Exhibit for this requirement.
Submission shall be limited to no more than five (5) pages and sent electronically to Contract Specialist, Mr. J. Christopher Green at john.c.green2.civ@army.mil and Contracting Officer, Mr. Jarvis D. Johnson at jarvis.d.johnson.civ@army.mil. Standard brochures will not be considered a sufficient response to this Sources Sought request. Information provided will not be used as a part of any subsequent Solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary by nature. All contracting topic questions are listed below and shall be answered in the Capability Statements:
- Provide your company's name; Point of Contact information (address, telephone, facsimile, email); UEI number and CAGE code.
- Provide your firm's Socioeconomic Classification (Small Business status (i.e., Small Business, Small Disadvantaged Business, HUBZone, Small Disadvantaged Veteran Owned Business, Woman- Owned, Woman-Owned Economically Disadvantaged, 8(a) [entrance / exit date], etc.).
- If this acquisition is set aside for small business, FAR Clause 52.219-14, Limitations on Subcontracting, will be applied at the contract level. Accordingly, identify what percentage of work your business intends to perform as the prime contractor.
- Address your firm's experience, within the past three (3) years, what the likelihood of your firm being able to perform is, include any possible challenges you would be faced with, and how you plan to overcome those challenges.
- Address whether you intend to support this requirement from a single office or if you have multiple office locations that can be used to support this requirement.
- Address whether you maintain your own staff of qualified labor and identify the size of your permanent staff.
- Capabilities/Qualifications: A short-written response providing clear and unambiguous statement providing your company's capacity to fulfill this requirement as briefly described herein.
- Identify any recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
The Government does not anticipate providing individual responses to contractor inquiries; however, the Government will review and consider all comments for possible use in the development of any upcoming Solicitation for the subject service requirement. Any questions regarding this Sources Sought shall be in writing and sent electronically Mr. J. Christopher Green at john.c.green2.civ@army.mil and Contracting Officer, Mr. Jarvis D. Johnson at jarvis.d.johnson.civ@army.mil.
Capability statements are due no later than 2:00 p.m. EST on Friday, 01 August 2025. An electronic copy should be emailed directly to Mr. J. Christopher Green at john.c.green2.civ@army.mil and Contracting Officer, Mr. Jarvis D. Johnson at jarvis.d.johnson.civ@army.mil.