Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOURCES SOUGHT

U -- Radiology Specialist General Education Instruction

Notice Date
4/17/2025 6:45:39 AM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-25-Q-RSGE
 
Response Due
4/18/2025 10:00:00 AM
 
Archive Date
05/03/2025
 
Point of Contact
Tanisha Bush, Angelic M. Hatcher, Phone: 2104662132
 
E-Mail Address
tanisha.a.bush.civ@army.mil, angelic.m.hatcher.civ@army.mil
(tanisha.a.bush.civ@army.mil, angelic.m.hatcher.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Notice Military Occupational Skill 68P Radiology Specialist General Education Instruction For U.S Army Medical Center of Excellence, Joint Base San Antonio, Fort Sam Houston, TX W9124J-25-Q-RSGE THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personal services contract to provide six (6) General Education (Gen Ed) credit hours in undergraduate written and oral communication to Army students in the Radiology Technology Advanced Individual Training Course in support of the U.S. Army Medical Center of Excellence (MEDCoE) located at Joint Base San Antonio Fort Sam Houston, TX. Furthermore, the government desires to procure services on small business set-aside basis, provided that two (2) or more qualified small businesses respond to this source sought notice (SSN) with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (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 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. Furthermore, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this SSN. 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 issued. 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 Government-Wide Point of Entry (GPE) located at SAM.GOV. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 611710 - Educational Support Services. The size standard for this NAICS code is $24M with a corresponding Product Service Code of U009. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. Attached is the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS) and anticipated course schedule. In response to this source sought, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI 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. 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), pertinent certifications, etc., that will facilitate making a capability determination. Specifics include but not limited to: a) What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: All socio-economic set-asides include a clause similar to FAR 52.219-14 Limitations on Subcontracting: b) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first- tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. c) Offerors must meet requirements outlined in FAR 52.219-14 Limitation of Subcontracting. Specifically, �(1) Services it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.� d) The Contractor shall provide services necessary to perform the instruction required as defined in this Performance Work Statement (PWS), section 5. 4. Information to help determine if the 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 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. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. 9. Questions for this source sought shall be submitted on or before 4:00 P.M. CST on 08 April 2025. Government Response will be provided within four business days after receipt of all questions. 10. Responses to this source sought notice shall be submitted on or before 1200 P.M. CST on 18 April 2025 via email to Tanisha Bush, Contract Specialist at tanisha.a.bush.civ@army.mil and Angelic M. Hatcher, Contracting Officer at angelic.m.hatcer.civ@army.mil. The Government will not return any information submitted in response to this notice. 11.All questions MUST be in writing. In all responses, please reference W9124J-25-Q-RSGE.Verbal questions will not be accepted. Respondents will not be notified of the results of theevaluation. No telephonic responses will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/813b3c74299c40a18ba70ec432278d8d/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN07413540-F 20250419/250417230051 (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.