Army JROTC ISD San Antonio, TX JCLC
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jun 13, 2022 12:57 pm EDT
- Original Response Date: Jun 15, 2022 10:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: New Braunfels , TX 78132USA
Description
SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY with a synopsis to sole source. This is a services contract to support the JCLC FY22 for 17-20 June 2022 on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis 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 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 is issued solely for information and planning purposes – it 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. 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. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 721211 Size Standard: $8.000,000.
Attached is the draft Performance Work Statement (PWS) with the Performance Requirements Summary (PRS) and Technical Exhibits for details.
Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Jon Leppala , at E-Mail: jon.a.leppala.civ@army.mil and the Contracting Officer, Richard J. Torres at E-Mail: Richard.j.torres.civ@army.mil no later than 15 June 2022 at 10:00 A.M. EDT (Fort Knox local time).
In response to this sources sought, please provide:
- Name of the firm, point of contact, phone number, email address, DUNS 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.
- 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. 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.Information in sufficient detail explaining how your firm can provide all requirements in the Performance Work Statement in the area of San Antonio, Texas.
- 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.
- Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the SAT. It dose apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. See Federal Acquisition Regulation (FAR) 52.219-14.
- All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.
Attachments/Links
Contact Information
Primary Point of Contact
- Jon Leppala
- jon.a.leppala.civ@mail.mil
- Phone Number 2182691102
Secondary Point of Contact
- Richard J. Torres
- richard.j.torres.civ@mail.mil
- Phone Number 5026242281