SOURCES SOUGHT
S -- DRIVER TRAINING SUPPORT SERVICES (DTSS)
- Notice Date
- 5/6/2024 2:47:22 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FLETC GLYNCO OPERATIONS Brunswick GA 31524 USA
- ZIP Code
- 31524
- Solicitation Number
- 70LGLY-MARKETRESEARCH-DTSS
- Response Due
- 5/15/2024 9:00:00 AM
- Archive Date
- 05/30/2024
- Point of Contact
- Sheryle Wood
- E-Mail Address
-
sheryle.wood@fletc.dhs.gov
(sheryle.wood@fletc.dhs.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Department of Homeland Security (DHS), Federal Law Enforcement Training Centers (FLETC) is conducting Market Research to understand capabilities related to providing the below requirement: Driver training support services for the Department of Homeland Security, Federal Law Enforcement Training Centers (FLETC), Driver and Marine Division (DMD), Glynco. Georgia. Required services include fleet management, equipment issue, range maintenance, and other ancillary support services as described in the draft PWS in support of the FLETC�s students, staff, role-players, and authorized PO�s. Key Personnel includes an on-site, qualified project manager from 0700 to 1700, Monday through Friday and scheduled Saturdays, excluding Federal Holidays, also available on-call 24 hours a day, seven days a week. Contract work performance will primarily be located at the DMD, Building 210 and on the DMD Driver Training Compound encompassing approximately 350 acres.� Performed work includes fleet management, range maintenance, and ancillary functions, located at Buildings 210 (primary office building), 205 (FLETC garage), 101 (motor pool), and the DMD Compound, which is inclusive of Range Sets 6,7,8,9, Non- Emergency Vehicles Operations (NEVO) Van NEVO, Bus NEVO, Emergency Response, Skid Recovery, Unimproved Road Course, 4X4 Course and Counter Terrorism Operational Training Facility. (see attached draft Performance Work Statement (PWS)) This requirement is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). To be eligible for an SDVOSB set-aside, a concern must: (1) Be certified by SBA as an SDVOSB concern, or (2) Have both represented that it is an SDVOSB concern and have submitted a complete application for SDVOSB certification to SBA on or before December 31, 2023. SDVOSBs that are not certified by SBA and do not have a pending application for certification with SBA on or before December 31, 2023, will not be eligible to receive set-aside or sole-source awards under the SDVOSB Program. Contracting Officers will verify that an offeror is eligible for consideration for set-aside award under the SDVOSB Program by confirming that the concern: (1) is designated as certified by SBA in SBA�s Veteran Small Business Certification (VetCert) system at https://veterans.certify.sba.gov or in SBA�s Dynamic Small Business System (DSBS) at https://dsbs.sba.gov/search/dsp_dsbs.cfm; or (2) Has both represented its status as an SDVOSB concern in SAM.gov and submitted a complete application for certification on or before December 31, 2023, to SBA. The government anticipates a firm fixed price contract award as a result of this requirement consisting of a base and 4 option years. The NAICS code is 561210, with a small business size standard of $47.0 Million. � Capabilities Statement: Capabilities Statement should include relevant experience. Relevant experience includes projects that are similar to the described requirements and that have occurred in the past 5 years.�Please do not provide general capabilities statements. Please include up to 3 relevant projects and provide the following information for each: 1. Customer Name 2. 3. Total Contract Value 4. Period of Performance 5. Brief Description of Services Provided 6. Please identify any GSA contract that your company holds and are applicable to this requirement. Responses to this market research should be sent via email to Sheryle.wood@fletc.dhs.gov with subject line reading: Response to Market Research, 70LGLY-MARKETRESEARCH-DTSS.� All information must be sent as attachments to the email address herein.� Do not send zip files as the government cannot accept these types of files from outside sources. The due date for response is 12:00PM on May 15, 2024, and shall include vendor information, SAM Unique Employer Identification Number (UEI), size standard. All questions and correspondence shall be addressed to Sheryle Wood at sheryle.wood@fletc.dhs.gov. No phone calls will be returned. Results from this Market Research will determine if requirement will be posted to SAM.gov or GSA.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ae6fdf290bdf478eaba80b5fc2612459/view)
- Place of Performance
- Address: GA 31543, USA
- Zip Code: 31543
- Country: USA
- Zip Code: 31543
- Record
- SN07054714-F 20240508/240506230049 (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 |