SOURCES SOUGHT
99 -- U.S Army Training and Doctrine Command (TRADOC) Army Military Working Dog Training (AMWD) - Off Leash Training Fort Eustis, Virginia.
- Notice Date
- 7/8/2015
- Notice Type
- Sources Sought
- NAICS
- 812910
— Pet Care (except Veterinary) Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-15-AMWD
- Response Due
- 7/20/2015
- Archive Date
- 9/6/2015
- Point of Contact
- Stella Maris Onuorah, 757-501-8124
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(stella.m.onuorah.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Army Working Dog Training (AMWD) requirement on an 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 synopsis. 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 K2 Solutions Inc.for AMWD. The statutory authority for the sole source procurement is Federal Acquisition Regulation 6.302-1(a) (2) (iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 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 North American Industry Classification System Codes (NAICS) contemplated for this requirement is 812910 Guard Dog Training Services with a size standard of $7.0M. Responses shall be limited to ten (10) pages. Contractors doing business with the Government shall be registered with the System for Award Management (SAM) at website: https://www.sam.gov. Your response shall include the following information DUNS number/CAGE code, size of company (i.e., 8(a), HUBZone, women-owned small business, veteran-owned, small disadvantaged business, service-disabled veteran-owned, etc.); revenue for last three years; number of employees; provide information demonstrating that your firm has performed similar relevant work within the past 3 years. The Capability Statement shall succinctly address the necessary functional area expertise and experience and demonstrate the contractor's capability to perform the requirements of this Performance Work Statement: Submit all responses to stella.m.onuorah.civ@mail.mil NOT LATER THAN 20July 2015 8 AM. Any questions shall be directed to Stella-Maris Onuorah by email: stella.m.onuorah.civ@mail.mil. or Rick Shannon by email ricky.l.shannon.civ@mail.mil. ANTICIPATED PERIOD OF PERFORMANCE Base Year: 15 September 2015 to 14 September 2016 Option Year I: 15 September 2016 to 14 September 2017 In response to this sources sought, please provide the following: 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 solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, 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 Synopsis. 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. Reference attached PWS for information regarding certifications, requirements and timelines. 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/ draft PWS to acquiring the services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d37b06012823fb257f6b881f6c3d35a)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03789310-W 20150710/150708235153-2d37b06012823fb257f6b881f6c3d35a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |