SOURCES SOUGHT
R -- W9115118C00013 Sources Sought Notice and Notice of Intent to Sole Source
- Notice Date
- 1/21/2025 1:58:16 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QM MICC-FDO FT CAVAZOS FORT CAVAZOS TX 76544-0000 USA
- ZIP Code
- 76544-0000
- Solicitation Number
- W9115118C0013P00079
- Response Due
- 2/7/2025 10:00:00 AM
- Archive Date
- 02/22/2025
- Point of Contact
- Joyce Frost, DeJahn Ingram
- E-Mail Address
-
joyce.m.frost6.civ@army.mil, dejahn.t.ingram.civ@army.mil
(joyce.m.frost6.civ@army.mil, dejahn.t.ingram.civ@army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- Source Sought Notice & Notice of Intent to Sole Source THIS IS A Source Sought Notice & Notice of Intent to Sole Source ONLY. The U.S. Government currently intends to award a bridge contract on a SOLE SOURCE basis to TNT Premier Partnership, LLC for Test Engineering and Analysis Support Services (TEAS) at White Sands Missile Range (WSMR) for a period of performance of up to 4 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. 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 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 Technical Services. 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. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry, Sam.gov. 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. 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 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. Provide a brief description of experience in services and support in diverse environments and circumstances, such as the permanent facilities to field test sites at various CONUS and OCONUS locations and military installations. 6. Provide a brief description of experience and capability to support testing, perform data analysis, and perform pre-test/events in accordance with the Government�s task authorization requests. Limit responses to 5 pages and include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, unique entity identifier (UEI), corresponding NAICS code, business size and status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to (CS email) no later than 12:00 pm Central Time on 7 February 2025. Acknowledgement of receipt will not be made. Responses to this intent to sole source shall be sent to the Contracting Officer Joyce Frost at joyce.m.frost6.civ@army.mil; the Contract Specialists, Dr. Traci D. Leonard at traci.d.leonard2.civ@army.mil and Dejahn T. Ingram at DeJahn.t.Ingram.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d8d5dc93354e48afa5e41cfb66cc282b/view)
- Place of Performance
- Address: White Sands Missile Range, NM, USA
- Country: USA
- Country: USA
- Record
- SN07318811-F 20250123/250121230109 (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 |