Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-12 08:06:00
United States SAM

Logistics Readiness Assistance and Training

Process Number W911S2-22-U-LRAT

USA

Dates:


Notice ID:

W911S2-22-U-LRAT

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W6QM MICC-FT DRUM

Office:

W6QM MICC-FT DRUM

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-11-12 08:06:00

Original Response Date:

Nov 22, 2021 09:00 am EST

Inactive Policy:

15 days after response date

Original Inactive Date:

Dec 07, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

Total Small Business Set-Aside (FAR 19.5)

Product Service Code:

R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT

NAICS Code:

541614 - Process, Physical Distribution, and Logistics Consulting Services

Description:


Original Set Aside:

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Logistics Readiness Assistance and Training Services on Fort Drum NY on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice 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: 541614, Logistics Consulting Services with a size standard of $16.5 million. A continuing need is anticipated for the Logistics Readiness Assistance and Training which is currently being fulfilled through current contract # W911S2-16-D-3007. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS). In response to this sources sought, please provide: 1. 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. 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. 4. Information to help determine if the requirement 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. 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. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 SAM.GOV 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.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO DIRECTORATE OF CONTRACTIN 45 WEST STREET

FORT DRUM , NY 13602-5220

USA

Primary Point of Contacts:

Michael E. Quirk

Secondary Point of Contact:

Victoria Schermerhorn