Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SOURCES SOUGHT

R -- Mission Test Support Services - Extension

Notice Date
1/8/2025 12:00:30 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
PANMCC-25-P-0000_002126
 
Response Due
1/17/2025 10:00:00 AM
 
Archive Date
02/01/2025
 
Point of Contact
Tejae Craig, Phone: 9283286903, Amanda Ramirez, Phone: 9283284146
 
E-Mail Address
tejae.craig.civ@army.mil, amanda.m.ramirez24.civ@army.mil
(tejae.craig.civ@army.mil, amanda.m.ramirez24.civ@army.mil)
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought Notice ONLY. The U.S. Government anticipates an extension to the current Mission Test Support Services, W9124R-18-C-0001 contract at U.S. Army Yuma Proving Ground (USAYPG). This should be procured on a SOLE SOURCE basis for the period 1 April 2025 through 30 September 2025 with one 2-month base period and four 1-month option periods. The Government is seeking Offerors that may be able to perform this requirement in the attached Performance Work Statement (PWS) for the aforementioned period of performance. The statutory authority for the sole source procurement is 10 United States Code 2304(a)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency�s requirements. This notice does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. Further, the U.S. Government is not seeking 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: 541330, Engineering Service; size standard is $25.5 Million. The Product Service Code for this requirement is R425 Technical and Engineering Services (non-IT). In response to this Sources Sought, please provide the information below in the maximum of four (4) pages: 1. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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, UEI 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. Provide information in sufficient detail regarding previous experience on similar requirements (include size, scope, complexity, and timeframe), that will facilitate making a capability determination. Indicate whether it was as a prime contractor or a subcontractor. 4. Describe your experience and relevant past experience in operating, maintaining, and sustaining instrumentation systems such as telemetry, radar, and ballistic measurements in accordance with paragraph 5.3. of the PWS. 5. Provide program management experience in testing military weapons and equipment by designing/planning experimental operations, conduct test, collect data, analyze, and report findings/observations on performance of the weapons and equipment. 6. Describe efforts to support mobilization within the limited time frame detailed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a358769e3574b9e8528ac37de61daa1/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07308745-F 20250110/250108230118 (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.