SOURCES SOUGHT
W -- Vertical Wind Tunnel
- Notice Date
- 11/9/2017
- Notice Type
- Sources Sought
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-18-T-0001
- Archive Date
- 12/12/2017
- Point of Contact
- Jonathan D. Long, Phone: 9104328697, C Scott Phelps, Phone: 9104328598
- E-Mail Address
-
jonathan.long@socom.mil, conway-phelps@socom.mil
(jonathan.long@socom.mil, conway-phelps@socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A RFI in accordance with DFARS 206.302-1 (d) that will allow the Government to identify interested sources capable of meeting the requirement and the potential for competition. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), Request for proposal (RFP), Invitation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. The United States Army Special Operations Command (USASOC) is seeking to identify additional sources that are capable of providing Indoor - Vertical Wind Tunnel (VWT) training that provides a realistic in flight training venue for individuals and teams to practice in flight body stabilization drills and emergency procedures associated with Military Free Fall (MFF). REQUIREMENT: USASOC's annual requirement is estimated at 220hrs of Indoor VWT and 90hrs of VWT Coaching. Projected Period of Performance (POP) is a base of 12 months with four (4) 12-month optional years. To limit the travel required for Fort Bragg- based units, the Training Facilities shall be within a 50-mile radius of Fort Bragg, NC 28310. INTERESTED SOURCES CAPABLE OF FULFILLING THIS REQUIREMENT shall submit documentation addressing all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in providing this service should be registered in the System for Award Management (www.sam.gov). Contractors responding to this RFI are asked to provide the following information: 1. No more than a 5 page capability narrative explaining how the company can meet the indoor vertical wind tunnel training hour(s) requirement sessions throughout the year. 2. Company's full name, point of contact, and address; 3. DUNS and CAGE number; 4. Applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute) (Respondents should advise the Government of pending changes in the business size status). Responses shall be submitted electronically via email to jonathan.long@socom.mil and conway-phelps@socom.mil. All responses shall be submitted by 1:00 PM EST on 27 November 2017 and shall include reference number H92239-18-T-0001 in the subject line and submission documents. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-8697. FINAL DETERMINATION: Current market research shows that there is only one local vendor capable of fulfilling the requirement. However, it is the Government's intent to include responses to this RFI when making its final determination to negotiate on a sole source basis. Provided no other interested sources with the capability to fulfill this requirement are identified, the U.S. Army Special Operations Command intends to negotiate on a sole source basis with Paraclete XP Sky Venture LLC, 925 Doc Brown Rd, Raeford, NC 28376-8081. Respondents will NOT be individually notified of the results however, if the final determination results in the verification of a sole source negotiation, the properly redacted Justification and Approval (J&A) will be posted to the FBO site within 14 days of contract award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-18-T-0001/listing.html)
- Place of Performance
- Address: Within 50 mile radius of Fort Bragg, North Carolina, 28376, United States
- Zip Code: 28376
- Zip Code: 28376
- Record
- SN04737093-W 20171111/171109231117-490db09633e168c652c8f8bfdec34b10 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |