Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2024 SAM #8144
SOURCES SOUGHT

X -- X--Training Rehearsal Urban Environment (TRUE)

Notice Date
3/13/2024 2:19:00 PM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
NNSA NON-MO CNTRCTNG OPS DIV ALBUQUERQUE NM 87185 USA
 
ZIP Code
87185
 
Solicitation Number
89233124QNA000347
 
Response Due
3/22/2024 3:00:00 PM
 
Archive Date
03/22/2025
 
Point of Contact
Montano, Johnny Julius, Phone: 505-845-4561
 
E-Mail Address
johnny.montano@nnsa.doe.gov
(johnny.montano@nnsa.doe.gov)
 
Description
SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) National Nuclear Security Administration (NNSA) Training Rehearsal Urban Environment (TRUE) ***THIS IS A SOURCES SOUGHT NOTICE/ REQUEST FOR INFORMATION (RFI). THIS RFI IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 15.201 FOR MARKET RESEARCH PURPOSES ONLY. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO SEEK PROPOSALS OR AWARD A CONTRACT AT THIS TIME. *** The U.S. Department of Energy (DOE), National Nuclear Security Administration (NNSA) is currently in the planning stage for the eventual contract award of a Training Rehearsal Urban Environment (TRUE) for the purpose of renting a training facility to support firearms training, tactical training, and access to live-fire-shoot-houses for its Federal Agent Force. The purpose of this RFI/Sources Sought is to solicit feedback and input via Capability Statements from interested parties with the specialized capabilities and facilities necessary to perform this objective. INTRODUCTION: The DOE/NNSA Office of Secure Transportation (OST) is seeking to award a contract for the purpose of renting a training facility that will allow OST to conduct firearms and tactical training that will include simulated urban areas, static shooting range(s), and paved road networks on which to conduct tactical training. The training facility shall also include basic logistics support, such as: water, restrooms, parking, and secure storage for vehicles, weapons, and munitions. Additionally, the interested party shall have access to on-site and off-site live fire shoot house facilities. Additionally, the training venue rental for on-site and off-site live fire shoot houses shall be within a 300-mile radius of the OST Training Command (TRACOM) located in Fort Chaffee, AR. The NNSA is seeking interested parties with specialized capabilities to meet all the commercial requirements defined in the attached (Draft) Statement of Work (SOW) entitled: �Training Rehearsal Urban Environment� at Attachment 1 and (Draft) Enclosure 1 entitled: �Live Fire Shoot House� at Attachment 2 to this RFI. The North American Industry Classification System (NAICS) code for this requirement is 531120 � Lessors of Nonresidential Buildings, with a size standard of $34M. The purpose of this Sources Sought Notice/RFI is to identify small/large business concerns with the capability to perform the services defined in the �Draft� SOW, with the intent of assessing set-aside possibilities. In order for DOE/NNSA to assess set-aside possibilities under the NAICS code specified above, interested firms shall identify their company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small, disadvantaged business; 5) woman-owned small business; 6) service-disabled, veteran-owned small business; or 7) large business. Interested parties are requested to submit a Capability Statement and the following company information (total six (6) pages maximum). COMPANY INFORMATION: 1) Cover Page (one (1) page maximum): (a) Company Name and Mailing Address. Identify DUNS, Unique Entity Identifier, CAGE Code numbers, and whether the company is registered in the System for Award Management (SAM), at Beta.SAM.Gov. (b) Point of Contact Information to include name, title, telephone number, e-mail address and business location. (c) Type of Business (Large, Small Business, Small Disadvantaged Business, Woman-Owned Business, HubZone Small Business, Service-Disabled Veteran Owned Small Business, Veteran-Owned Business, etc.). 2) A summary of relevant recent experience (i.e., preferably completed within the last 3 years). Experience shall be limited to no more than three (3) references and should include (one (1) page maximum): a. Contract/project title and identification number; b. Client/customer point-of-contact (name, address, phone); c. Dollar value of the contract/order; d. Period of performance of contract/order; and e. Past performance rating from the Contractor Performance Assessment Reporting System (CPARS). CAPABILITY STATEMENT: All interested firms are invited to submit a capability statement of no more than four (4) pages. The capability statement should demonstrate the interested firm�s understanding, capability, approach, qualification, and past experience in meeting the work requirements identified in the (Draft) SOW. Finally, interested firms should identify challenges and risks associated with meeting the requirements and how to minimize those risks. The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements in each of the areas outlined within the (Draft) SOW. Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this RFI/Sources Sought must clearly discuss the areas of the (Draft) SOW that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 50% of the total cost of all services provided must be incurred by or for personnel of the small business firm pursuant to the FAR clause at 52.219-14 entitled �Limitations on Subcontracting (Oct 2022). SUBMISSION INSTRUCTIONS: Responses shall not exceed six (6) letter-size (8.5�x11�) pages using 12-point font and 1-inch margins; any pages submitted in excess of six (6) pages will not be reviewed. Responses must be submitted electronically via FedConnect http://www.fedconnect.net/, NLT 4:00 pm MT on March 22, 2024. Any costs incurred as a result of this RFI shall be borne by the company and will not be charged to the Government for reimbursement. Any capability statements and/or company information received after the time and date specified above will not be reviewed. Telephone and e-mail responses and requests for capability briefings will not be accepted. The Government does not intend to release its findings from the submissions but will use the input for planning purposes. All questions pertaining to this Sources Sought/RFI should be directed to Johnny Montano at Johnny.Montano@nnsa.doe.gov. DOE/NNSA is not obligated to respond to or resolve all potential questions received from respondents. DOE/NNSA personnel may contact respondents to clarify a specific point of an interested parties� capabilities or other related matters as part of this market research effort. DISCLAIMER: An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. In accordance with Federal Acquisition Regulation FAR 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aaa4b6b53f7c4ec5bc9fef24e2c6a5e4/view)
 
Record
SN06996108-F 20240315/240313230050 (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.