Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2023 SAM #7710
SOLICITATION NOTICE

X -- Advanced Sniper Sustainment Training Support Services

Notice Date
1/4/2023 2:10:59 PM
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-23-R-ASST
 
Response Due
1/19/2023 2:00:00 PM
 
Point of Contact
Thomas Halverson, Phone: 4072085654
 
E-Mail Address
thomas.l.halverson.civ@army.mil
(thomas.l.halverson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Presolicitation Notice on behalf of the U.S. Army Special Operations Command (USASOC), 3D Special Forces Group (A) to alert potential vendors of a potential forthcoming� solicitation to support the requirement for Advanced Sniper Sustainment Training support services for 3D SFG (A). The intention is to procure these services on a competitive basis. The Government anticipates a proposed three-year contract, with a one-year base and two, one-year option periods with an approximate start date of Feb/Mar 2023. DISCLAIMER:� THIS PRE-SOLICITATION NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. �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 PROGRAM BACKGROUND:� U.S. Army Special Operations Command (USASOC), 3D Special Forces Group (A) has a requirement for Advanced Sniper Sustainment Training support services to ensure that USASOC�s readiness requirements are met for their Special Forces Sniper Course (SFSC) Level 1 and 2 Snipers. This training is part of a fourteen-day course that is conducted and offered quarterly in order to (IOT) meet the up-tempo and availability of all 3D SFG (A) Snipers throughout the fiscal year. ��� REQUIRED CAPABILITIES: 3D Special Forces Group (A) is seeking a facility that can provide for the Advanced Sniper Sustainment Training in order to increase the operational capacity and capability required of a SFSC Level 1 and Level 2 Sniper. The facility shall include Housing, Food, Range Facilities, Basic Life Services, Off-Road Vehicles, and a Classroom for the Special Forces Instructors to instruct all classes. �The Contractor shall provide range facilities with high angle capabilities for three (3) Advanced Sniper Courses (five days per course) annually at a venue that can support all scheduled Program of Instruction (POI). The 3D SFG (A) Advanced Skills Company (ASC) Sniper Detachment will provide all training, technical direction, and ammunition. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Advanced Sniper Sustainment Training, as defined in the attached draft Performance Work Statement (PWS). ELIGIBILITY: The applicable NAICS code for this requirement is 611699 (All Other Miscellaneous Schools and Instruction), with a Size Standard of $14.5M. �The applicable Product Service Code (PSC) is X1PZ (Lease/Rental of Other Non-Building Facilities). The Government intends to solicit this acquisition as a full and open competition, set-aside for small business. The basis of award is anticipated to be best value trade-off. The solicitation for this requirement is expected for release in subsequent weeks after this notice. This notice does not constitute a commitment on the part of the Government and does not guarantee that an actual solicitation or a contract will be issued. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The decision to solicit for a contract shall be solely within the Government's discretion. All information/materials received in response to this Presolicitation Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021.� The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause.� Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� No additional information regarding this requirement will be available prior to the release of the RFP. The online version of the RFP shall include all documents of the solicitation package. No hard copy of the RFP will be issued. Amendments, if any, will be posted at the same location as the RFP. The complete solicitation package, including amendments, should be received, and reviewed prior to submitting a response. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents associated with the RFP. Interested parties may address questions, via email only, to Tom Halverson at thomas.l.halverson.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70eade7667ed4c0f8de2a96262a1330f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06555911-F 20230106/230104230107 (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.