This is a Sources Sought synopsis only, and not a pre-solicitation notice, pursuant to Federal Acquisition Regulation (FAR) Part 5, Publicizing Contract Actions. It is to ascertain potential, qualified vendors and the availability of commercial sources and services in accordance with (IAW) FAR Part 10, Market Research.
The result of this market research will contribute to determining the method of procurement. It is only for informational purposes. It does not constitute an Invitation for Bid (IFB), Request for Proposal (RFP), and is not to be construed as a commitment by the Government. The Government will not reimburse vendors for any cost(s) incurred for their participation in this survey. All submitted information will only be considered for the purpose of determining whether conducting a competitive acquisition is possible for the Government.
DESCRIPTION: The Government intends to solicit a Blanket Purchase Agreement (BPA) with a 12-month base period and four (4) 12-month option periods for Mortuary Services at Joint Base Andrews, MD. This procurement is for the care and disposition of remains of authorized personnel. The contractor shall provide facilities, equipment, licensed personnel, motor vehicles, professional services, supplies, death certificates, caskets, urns, outer shipping containers, transportation, and perform hygienic practices as specified in the DRAFT Performance Work Statement (PWS). The intent is to find qualified businesses relative to the North American Industry Classification Code (NAICS) 812210, Funeral Homes and Funeral Services. Interested and capable vendors must be state-licensed funeral homes.
All responses must provide clear and concise documentation that indicates a potential vendor's bona fide capability to provide the service described below. Respondents must provide a capability statement that addresses their organization's qualifications, and the ability to perform the below listed service as the prime contractor, in accordance with the attached DRAFT PWS. All submitted information should fully support the vendor's definite capability and shall be provided at no cost to the Government. Submissions should contain the following:
- Company Name, Address, POCs, Phone Number(s), E-mail Address(es), Cage Code
- Brief resume of performance of similar services of the magnitude described below, in accordance with the DRAFT Performance Work Statement (PWS)
- Contract number(s) and Points of Contact (POCs) for those contracts
- Statement of whether the company is domestic or foreign owned
- Size of business pursuant to NAICS code 812210; Business Size Standard $7.5 million
Responses must be received no later than 10:00 AM (EST), 30 August 2019. Any potential vendors who are not capable of providing the services described below, please do not respond. Any potential vendors who may be interested in participating in a future acquisition for this requirement should respond to this Sources Sought notice by responding in the Federal Business Opportunities electronic system (https://www.fbo.gov/) or by contacting the POC below via e-mail:
Archie Y. Warren [email protected]