SOURCES SOUGHT
76 -- Sources Sought Notice - Strengths Deployment Inventory (SDI)
- Notice Date
- 12/18/2024 8:21:48 AM
- Notice Type
- Sources Sought
- NAICS
- 513130
—
- Contracting Office
- W6QM MICC-FT LEAVENWORTH FORT LEAVENWORTH KS 66027-0000 USA
- ZIP Code
- 66027-0000
- Solicitation Number
- W91QF4-25-Q-A002
- Response Due
- 1/6/2025 6:00:00 AM
- Archive Date
- 01/06/2025
- Point of Contact
- Alec Creekmore, Phone: 5209442189, Robert D Yocklin, Phone: 9136841613
- E-Mail Address
-
alec.r.creekmore.civ@army.mil, robert.d.yocklin.civ@army.mil
(alec.r.creekmore.civ@army.mil, robert.d.yocklin.civ@army.mil)
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to award a contract on a SOLE SOURCE basis to Personal Strengths Publishing, LLC, now Crucial Learning, for Strengths Deployment Inventory (SDI) assessment tools at Fort Leavenworth, KS for a period of performance of up to 66 months. The statutory authority for the sole source procurement is 10 U.S.C �2304(c)(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. 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 the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Any information provided in response to the sources sought will not be returned to the responder. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor�s ability to successfully satisfy the requirements of the SDI Assessment Tools. Firms shall also provide point of contact information where available for the efforts cited above. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. 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 513130, Book (e.g. hardback, paperback, audio) Publishers. 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ccedd1349df44b9d9957ae2ce2b996db/view)
- Place of Performance
- Address: Fort Leavenworth, KS, USA
- Country: USA
- Record
- SN07296682-F 20241220/241218230118 (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 |