SOURCES SOUGHT
U -- Towed Cannon Platform Expert Services
- Notice Date
- 4/1/2025 12:40:36 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S025RTCPE
- Response Due
- 4/14/2025 9:00:00 AM
- Archive Date
- 04/29/2025
- Point of Contact
- David Clark
- E-Mail Address
-
david.m.clark210.civ@army.mil
(david.m.clark210.civ@army.mil)
- Description
- SOURCES SOUGHT NOTICE Towed Cannon Platform Expert Services This is a Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC) � Fort Eustis is issuing this Sources Sought Notice as a means of conducting market research to identify parties having and interest in, and resources to support, the Infantry Brigade Combat Team (IBCT)/Striker Brigade Combat Team (SBCT) Towed Cannon Platform Expert non-personal services required for the US Army Capability Manager Division Artillery Formations (ACM DIVARTY), US Army Fires Center of Excellence (FCDID) at Fort Sill, OK. When responding to this Sources Sought Notice provide information sufficient to support your claims. We encourage all businesses 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 US Government to contract for any supply or service. Further, the US 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 US 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: 541990 All Other Professional, Scientific, and Technical Services with a size standard of $19.5 Million. Attached is the FCDID Towed Cannon Artillery Services Performance Work Statement (PWS). Submission Instructions: Interested parties are requested to submit a capabilities statement of no more than fifteen (15) pages in length in Arial font of not less than 10-point font. The deadline for response to this request is no later than 12 pm, EST, April 14th, 2025 All responses under this request must be e?mailed to: Emily McGovern, Contract Specialist at Emily.c.mcgovern.civ@army.mil 2. David Clark, Contracting Officer at David.m.clark210.civ@army.mil In response to this Sources Sought Synopsis, please provide: 1. Name of the firm, point of contact, phone number, email address, Unique Entity ID number, CAGE code, a statement regarding business status (including Large Business or Small Business and type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS. 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, and proposed solution, etc., that will facilitate making a capability determination. 4. Information to help determine if the services are 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. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. 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@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 Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f03539d065674f2baa1c068c66cad15c/view)
- Place of Performance
- Address: Fort Sill, OK, USA
- Country: USA
- Country: USA
- Record
- SN07394103-F 20250403/250401230055 (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 |