Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

R -- Statewide Training Services Supply Support

Notice Date
2/25/2022 2:36:37 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W7N2 USPFO ACTIVITY TX ARNG AUSTIN TX 78763-5218 USA
 
ZIP Code
78763-5218
 
Solicitation Number
W912L1-22-R-0004_Source_Sought
 
Response Due
3/10/2022 8:00:00 AM
 
Point of Contact
Horacio Fernandez, Phone: 5127821494
 
E-Mail Address
horacio.fernandez3.civ@army.mil
(horacio.fernandez3.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Texas Army National Guard (TXARNG), United States Property & Fiscal Office (USPFO) Purchasing & Contracting (P&C) is seeking sources for a contemplated Statewide Training Supply and Services Support (STSSS) Indefinite Delivery/ Indefinite Quantity (IDIQ) contract. CONTRACTING OFFICE ADDRESS: NGTX UPE; 2200 West 35th St; Austin, TX 78703 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required supplies & services. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: USPFO P&C is interested in the identification of capable sources for a contemplated STSSS contract that provides supplies and services for soldier training support. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 561210 Facilities Support Service.� The small busines size standard is $41.5M. SOLICITATION/PROGRAM BACKGROUND: Solicitation Number: W912Ll-22-R-0002 Contract Type: Firm-Fixed Price (FFP) Incumbent and their size: Initial Procurement The anticipated award date is 01 SEPTEMBER 2022 and will include a 12-month base period and four 12-month option year periods. The requirement is for a broad range of supply & services support to the TXARNG training requirements throughout Texas and bordering states. To assist the USPFO P&C in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1. Business name and address; 2. Name of company representative and their business title, telephone number, e-mail address; 3. Identification of business size (Large or Small) and Type of Small Business (if applicable); 4. Cage Code; 5. DUNS Number; 6. Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 7. Anticipated teaming arrangements (if applicable). 8. Identify any major risks. 9. Any concerns/comments with the Draft Performance Work Statement (PWS) and/or anticipated NAICS code. 10. Your intent to submit a proposal. 11. Interested businesses should submit brief capabilities (Government or commercial) as it relates to supporting the above requirement to include the following: 1. Contract number 2. Title and a brief summary of the objective of the effort 3. Contracting agency or firm (Government or commercial) 4. Value of the contract(s) and Period of Performance 5. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour 6. NAICS code/small business size standard 7. GSA Schedule number if any Vendors who wish to respond to this sources sought notice, please email the Contract Specialist, Mr. Horacio Fernandez (Horacio.Fernandez3.civ@mail.mil) and Ms. Denise M. Bailey (denise.m.baileY.,civ@mail.mil). All interested sources may submit a capability statement (no more than 5 pages) which shall be considered by the agency. The capability statement shall demonstrate the ability to perform the tasks within the draft PWS and responses should include the submission details above. Documentation should be in bullet format. Your e-mailed submission of your capability statement may also include any comments or questions you may have. Interested parties should reply no later than 10:00AM CENTRAL, 10 March 2021 Central Standard Time. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The included services shall not include inherently governmental functions as defined in Office of Federal Procurement Policy (OFPP) Policy Letter 11-01,�Inherently Governmental Functions"" and FAR Subpart 7.5, Inherently Governmental Functions.""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ffe6eb899c9145128148675bcf9329c9/view)
 
Place of Performance
Address: Austin, TX 78703, USA
Zip Code: 78703
Country: USA
 
Record
SN06251704-F 20220227/220225230114 (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.