PANMCC24P0000011620 – Sources Sought – JCLC Marseilles Zipline Training

Apr 19, 2024 | Sources Sought

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY.  The U.S. Government desires to procure all associated equipment and trained staff to conduct zipline/suspended rope bridge training for JCLC Camp Marseilles during the period 11-12 June 2024 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 Government-wide Point of Entry.  It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.  The anticipated NAICS code(s) is/are: 713990 All Other Amusement and Recreation Industries $9.0M.

Attached is the draft Performance Work Statement (PWS) for details.

Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Eric V. Tollefson, at [email protected] no later than 22 April 2024 at 11:00 a.m. ET (Fort Knox local time).

Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It dose apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.

Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.

See FAR 52.219-14 – Limitations on Subcontracting for Small Business.

In response to this sources 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. The information must clearly explain how your firm can satisfy the requirement as outlined in the PWS. General statements of interest will not be used as a capability determination.

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.  Please contact the MICC Advocate for Competition, Scott Kukes, at [email protected] 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.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.