Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2023 SAM #7982
SOURCES SOUGHT

R -- Dual Strength & Conditioning and Athletic Training Support

Notice Date
10/3/2023 9:46:00 AM
 
Notice Type
Sources Sought
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC23P0000026147
 
Response Due
10/13/2023 2:00:00 PM
 
Archive Date
10/28/2023
 
Point of Contact
Barbara J. Jeffries, Contracting Officer, Corey Smith, Contract Specialist
 
E-Mail Address
barbara.j.jeffries5.civ@army.mil, corey.a.smith16.civ@army.mil
(barbara.j.jeffries5.civ@army.mil, corey.a.smith16.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. Mission and Installation Contracting Command (MICC)-Fort Knox is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to provide dual strength & conditioning and athletic training support to the U.S. Army Recruiting Outreach Company (ROC) with particularly emphasis on the Army Warrior Fitness Team (AWFT). The contractor providing this service must be a licensed/certified professional and subject matter expert in strength & conditioning and athletic training, specifically for working with elite athletes in the sports of CrossFit and weightlifting. The intent is to provide both comprehensive and inter-individualized support to ROC/AWFT operations. The contractor will inevitably provide ROC with the most state-of-the-art opportunities to compete and optimize ability across the battalion. The U.S. Government desires to procure these services on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought notice with information sufficient to support a 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�s, IFB�s, or RFP�s, if any are issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry, SAM.gov. 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 is: 611620, (Sports and Recreation Instruction), the PSC code is R499 (Support Professional - Other). The SBA size standard is $9,000,000. The draft Performance Work Statement (PWS), which contains the Performance Requirement Summary (PRS) is attached. Responses to this Sources Sought Notice shall be emailed to the Contracting Officer Barbara J. Jeffries, barbara.j.jeffries5.civ@army.mil, and Contract Specialist Corey Smith, corey.a.smith16.civ@army.mil, no later than 5:00 p.m. (Eastern Standard Time) on Friday, 13 October 2023. In response to this sources sought notice, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, Unique Entity Identification number, 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. 4. Information to help determine if the required service 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 scott.d.kukes.civ@mail.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 SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fcc6f7e8dde1451da5add1fcf1c5f28d/view)
 
Place of Performance
Address: Fort Knox, KY 40121, USA
Zip Code: 40121
Country: USA
 
Record
SN06852695-F 20231005/231003230052 (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.