Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOURCES SOUGHT

U -- International Flight Planning MTT 30W

Notice Date
9/11/2025 12:21:30 PM
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544 USA
 
ZIP Code
76544
 
Solicitation Number
PANMCC25P0000032171
 
Response Due
9/15/2025 1:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
SSG David Garcia, Phone: 2542878290, SSG Tamberelli, Tyler, Phone: 2542875508
 
E-Mail Address
david.j.garcia160.mil@army.mil, tyler.d.tamberelli.mil@army.mil
(david.j.garcia160.mil@army.mil, tyler.d.tamberelli.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure International Flight Procedures training at Fort Hood, TX. Conduct a 3-day live instructor-led initial training at Fort Hood priced for 25 pilots. The session will run from 8AM to 5PM each day and include a morning break, lunch break, and afternoon break. Provide one year of access to a self-paced eLearning recurrent for review purposes at no additional cost. Upon completion of the training, issue a Training Completion Letter for each pilot. The Mission and Installation Contracting Command Fort Hood anticipates awarding a contract on a small business set-aside basis, provided 2 or more qualified small businesses respond to the sources sought notice with information sufficient to support a set-aside. Be advised the U.S. Government will be limited in moving forward with a set aside if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it 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 source 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE), SAM.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The applicable NAICS code for this requirement is 611699, All Other Miscellaneous Schools and Instruction with a corresponding size standard of $16.5 million. The anticipated requirement is a Firm Fixed Price Plus Cost contract for Flight Planning MTT Services. The estimated Period of Performance is 22-24 September, 2025 with a one-year access to a self-paced eLearning platform, recurrent for review purposes at no additional cost. In response to this source sought, please provide: 1. In no more than 5 pages, include the following information: name of the firm, point of contact, phone number, email address, unique entity identifier (UIE) number, CAGE code, 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. 2. 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. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. 3. 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). 4. Information to help determine if the service requirement 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. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Responses to the Sources Sought Notice shall be electronically submitted via email to Contract Specialist SSG David Garcia at david.j.garcia160.mil@army.mil and Contracting Officer SSG Tyler Tamberelli at tyler.d.tamberelli.mil@army.mil no later than 5:00 PM, CST, 15 September 2025. Acknowledgement of receipt will not be made, and no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/182ce259aa2a4866b90a5152df228fbb/view)
 
Place of Performance
Address: Fort Hood, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN07587998-F 20250913/250911230054 (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.