Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2023 SAM #7790
SOURCES SOUGHT

A -- U.S. Army Military Police School, Special Victims Instruction Base +4

Notice Date
3/25/2023 11:10:36 AM
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
 
ZIP Code
65473-0140
 
Solicitation Number
W911S723A0001
 
Response Due
4/7/2023 10:00:00 AM
 
Point of Contact
Thomas F. Cavalier, Alfreda M. Dupont
 
E-Mail Address
thomas.f.cavalier.civ@army.mil, alfreda.m.dupont2.civ@army.mil
(thomas.f.cavalier.civ@army.mil, alfreda.m.dupont2.civ@army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� Please DO NOT respond with quotes. The United States Army Military Police School (USAMPS), Maneuver Support Center of Excellence (MSCOE) at Fort Leonard Wood, Missouri requires support to instruct an overview and instruction pertaining to memory� what can an average person remember versus what a person can remember who has faced some serious trauma. What impact has this trauma had upon the victim�s ability to remember details of the sexual assault. Further, how trauma of child abuse, domestic violence, or rape can hinder the brain�s ability to recall for years. Also, describes how current forensic physiological knowledge and practices compare with current research. This block integrates an overview of male sexual assault victims, addressing several myths regarding males who report sexual assault. Also, describes the various barriers and psychological impact that prevent males from seeking health care following a sexual assault. See Attachment: Statement of Objectives 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 purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service- Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract to service these items. 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(s) is/are:� 541720 (Research and Development in the Social Sciences and Humanities) The SBA Size Standard is/are: $28.0M In response to this source 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 solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes@army.mil at 210-466-3015 or thomas.f.cavalier.civ@army.mil, 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, System of Awards Management (SAM) Unique Entity Identification (UEI), 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.) in addition, 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/SOO to acquiring the identified items/services. 8. Point of contact for this action is Mr. Thomas F. Cavalier, Contract Specialist. Inquiries will only be addressed by email: thomas.f.cavalier.civ@army.mil and ������������Ms. Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7419c715d24a4928ac9a13ce9b303774/view)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473, USA
Zip Code: 65473
Country: USA
 
Record
SN06630227-F 20230327/230325230100 (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  © 1994-2020, Loren Data Corp.