SOURCES SOUGHT
R -- Terminal Instrument Procedures (TERPS)
- Notice Date
- 2/28/2023 10:30:31 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- W91QV1-23-R0002
- Response Due
- 3/27/2023 9:00:00 PM
- Point of Contact
- Cheryl D. Beaty, Phone: 7039477129, Gwendolyn Bridges
- E-Mail Address
-
cheryl.d.beaty.civ@army.mil, gwendolyn.bridges5.civ@army.mil
(cheryl.d.beaty.civ@army.mil, gwendolyn.bridges5.civ@army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for to procure support for the resourcing and policy development of Army airfields/heliports, the development and maintenance of Army instrument flight procedures.� In accordance with DOD directives, USAASA is responsible for developing, evaluating, approving, and maintaining Foreign Terminal Instrument Procedures (FTIP) and emergency Global Positioning System (GPS) approaches for the safe operation. �FTIP reviews are critical to the safety of flight of Army aircraft operations outside the continental United States.� Future modernization from ground?based navigational aids to celestial based navigational aids will require an increase in instrument procedure development.� 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. Small business contractors awarded contracts above the simplified acquisition threshold (SAT) are required to comply with 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. 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 source 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: 541611 Administrative Management and General Management Consulting Service, with a size standard of $24.5M. A need is anticipated the Contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform Army AAF/AHP resource integration sustainment support and Army Instrument Flight Procedure (IFP) development support. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Cheryl Beaty at cheryl.d.beaty.civ@army.mil with a courtesy copy (cc) to Gwendolyn Bridges, gwendolyn.bridges5.civ@army.mil at no cost to or obligation to the Government no later than 31 March 2023 at 12:00 p.m. EDT (Fort Belvoir local time). 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. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. 4.� 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.� 5.� 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. 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� 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 210-466-2269, 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. 8. �Recommendations to improve the approach/specifications to acquiring the identified items/services. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6c630b79c8b743d7afb3ffb6e36d8d4c/view)
- Place of Performance
- Address: Fort Belvoir, VA, USA
- Country: USA
- Record
- SN06604454-F 20230302/230228230112 (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 |