SOURCES SOUGHT
N -- Conductor and Locomotive Engineer and Training Simulators (CLETS)
- Notice Date
- 8/16/2024 7:41:03 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S024CLETS
- Response Due
- 8/21/2024 7:00:00 AM
- Archive Date
- 08/22/2024
- Point of Contact
- Michael Stump, Nicola Cicolini
- E-Mail Address
-
michael.l.stump8.civ@army.mil, nicola.cicolini2.civ@army.mil
(michael.l.stump8.civ@army.mil, nicola.cicolini2.civ@army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for The US Army Transportation School (USATSCH) Maritime & Intermodal Training Department (MITD) on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to PS Technology for Conductor and Locomotive Engineer and Training Simulators.� The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): Only one source reasonably available.� Attached is the draft Performance Work Statement (PWS). This notice 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 U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The NAICS code is: 541511. In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions.� Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. If industry can recommend a better fitting NAICS code, the Government will take it into consideration. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than one (1) page in length in Times New Roman font of not less than 12 pitch in Portable Document Format (PDF). The deadline for response to this request is no later than 10:00 am, EST, 21 August 2024. All responses under this SSN must be e-mailed to the two (2) persons below: Mr. Michael Stump, Contract Specialist, michael.l.stump8.civ@army.mil Mr. Nicola Cicolini, Contracting Officer, nicola.cicolini2.civ@army.mil All questions must be submitted to the individuals identified above via email, no later than 10:00 am, EST, on 19 August 2024. Telephone calls will not be accepted. Requests for meetings to obtain more information on the requirement will not be accepted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this SSN. All data received in response to this SSN that is marked or designated as corporate or proprietary, will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3283d985214043f6bc88c1df25df5cbf/view)
- Place of Performance
- Address: Fort Eustis, VA 23604, USA
- Zip Code: 23604
- Country: USA
- Zip Code: 23604
- Record
- SN07174543-F 20240818/240816230118 (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 |