Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2023 SAM #8053
SOURCES SOUGHT

U -- Multi-Purpose Canine Support Services and Supply

Notice Date
12/13/2023 8:04:07 AM
 
Notice Type
Sources Sought
 
NAICS
812910 — Pet Care (except Veterinary) Services
 
Contracting Office
NAVAL SPECIAL WARFARE COMMAND SAN DIEGO CA 92155-5583 USA
 
ZIP Code
92155-5583
 
Solicitation Number
H92240-24-I-0002
 
Response Due
12/20/2023 7:00:00 AM
 
Archive Date
01/04/2024
 
Point of Contact
Shelly J. Pollock, Phone: 6194037638
 
E-Mail Address
shelly.pollock@socom.mil
(shelly.pollock@socom.mil)
 
Description
THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. It is the responsibility of the interested parties to monitor the SAM.gov site for additional information pertaining to this RFI. The Naval Special Warfare Command (NSWC) is conducting market research to identify, as potential sources, companies who may possess the expertise, capabilities, and experience to perform the requirements described in this document. NSW is issuing this Request for Information (RFI) to explore industry's ability to provide a full spectrum of Multi-Purpose Canine (MPC) Support Services as set forth below. To be considered as a potential source for this requirement, a Contractor must submit company capability information to perform IAW summary below.� This is NOT a solicitation, the purpose of this RFI is for NSWC to: 1. Obtain market information regarding potential sources of the Multi-Purpose Canine support services; to include small business size status. Small Businesses are encouraged to provide responses to this RFI. 2. Determine the availability of any potential sources which possess the capability to provide the required services via an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. 3. Obtain information for a future solicitation as to how a prospective company would provide the required services Any and all interest, questions and input are due on or before the deadline date/time listed herein and MUST include the following: 1. Contractor Cage 2. Contractor Defense Security Service Facility Clearance Level 3. Capability Statement 4. Small Business Size Status The objective and draft scope summarized as follows: The objective of this requirement is to obtain Contractor provided training and program support to train Special Operations Forces MPC Handlers in the operational use of MPCs in accordance with the **Performance Work Statement (PWS) and NSW standard operating procedures (SOP). The Contractor shall provide training to Government personnel, training to new and current MPCs, supply canines and puppies, and advise the Government on the selection of canines and puppies that are suitable for admission into the MPC program. ** Interested parties must request PWS via email to shelly.pollock@socom.mil and phillip.sabo@socom.mil ONLY.� The Contractor shall provide the personnel, management, materials, equipment and facilities (not otherwise provided by the Government) necessary to provide comprehensive training coverage for East and West Coast MPC operations. The Contractor shall provide experienced Lead Canine Trainer (LCT), Canine Trainer (CT), and Kennel Support (KS) services personnel in accordance with the Performance Work Statement. Trainers on both east/west coast will be required to travel frequently, typically to military ranges. Contractor must have a SECRET Facility Clearance Level, and all instructors must hold SECRET clearances. Services to be delivered include comprehensive training to MPC Teams in control, bite work, urban and rural tracking, maritime, explosive and narcotic detection, obedience and agility. Training may be conducted in inclement weather including moderate extremes of heat, cold, rain or snow. The work environment is also subject to high frequency noise exposure on a daily basis, unique and non-standard explosive charges. Contractor shall have established explosives handling personnel Qualification and Certification program. It is anticipated that this acquisition will be conducted using FAR part 12: Acquisition of Commercial Items. To assist the Government's Commercial Item Determination, Contractors shall provide information IAW FAR 2.101 or DFARS 212.201. This information is not included in the page count. Interested responsible Contractors shall submit a capabilities statement (not to exceed ten pages) that demonstrates their capability to provide the services described in the DRAFT PWS and that demonstrates positive past performance of efforts similar in size, complexity, and scope. For purposes of this sources sought relevant past experience should be within the past six years from 1 Dec 2023. The capabilities statement shall include company name, address, CAGE code, SAM registration status, small business status (8A, small, small disadvantaged, women-owned, HUBZone, veteran owned, or service-disabled veteran-owned), and point of contact (POC) information for the interested firm. The capabilities statement should identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a customer POC. The capabilities statement should include a description detailing if your firm can perform on all or some of the requirement described in the draft scope herein. The Government will not respond to firms that do not follow the submission instructions in this notice. Responses to this sources sought notice should be received no later than 20 Dec 2023 @ 10AM EST.� All responses should be forwarded to shelly.pollock@socom.mil and phillip.sabo@socom.mil. These are unclassified email addresses therefore no classified information should be sent to these email addresses. All email correspondence shall contain a subject line that reads, ""MPC Services Sources Sought."" E-mail filters at NSWC are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also .zip or .exe files are prohibited attachments and may be deleted by the e-mail filters at NSWC. Ensure only .pdf, .doc, or .xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f04ea4fc538442189f0acbef5efce64b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06911748-F 20231215/231213230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.