Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2024 SAM #8394
SPECIAL NOTICE

R -- W91151-19-C-0008 MSS Extension-Notice of Intent to Sole Source

Notice Date
11/18/2024 10:54:46 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPT OF THE ARMY
 
ZIP Code
00000
 
Solicitation Number
W9115119C0008_P00100
 
Response Due
12/18/2024 10:00:00 AM
 
Archive Date
12/18/2024
 
Point of Contact
Joyce Frost, Rosalinda White
 
E-Mail Address
joyce.m.frost6.civ@army.mil, rosalinda.white6.civ@army.mil
(joyce.m.frost6.civ@army.mil, rosalinda.white6.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE OF INTENT TO SOLE SOURCE THIS IS A NOTICE OF INTENT TO SOLE SOURCE ONLY. Due to unforeseen delays in the follow-on contract, the U.S. Government currently intends to extend an existing contract for up to 18 months for Mission Support Services (MSS) to provide analytical and engineering support services to the White Sands Missile Range (WSMR) on a SOLE SOURCE basis to give the government time to successfully compete the follow-on requirement. The proposed sole source Cost Plus Fix Fee contract is to Southwest Range Services LLC for providing non-personal services to support the planning, logistics, operation, maintenance, research, and development of systems, equipment, and facilities for the WSMR Test and Evaluation mission. The statutory authority for the sole source procurement is FAR 6.302- 1 - Only one responsible source and no other supplies or services will satisfy agency requirements. The projected period of performance will begin for this extension on 1 March 2025 with an ending date that will not exceed 01 September 2026. The projected total cost of this requirement to include options and this extension will be up to $100,000,000.00. This notice 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 notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. All responsible sources?may?submit a capability statement, proposal, or quotation, which?shall?be considered by the agency. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 541330 Engineering Services with a size standard of $25,500,000.00. In response to this notice, please: 1. Identify any condition or action that may unnecessarily restrict competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, 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 of Intent to Sole Source. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 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 to help determine if the requirement (item or 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. 4. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 5. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 6. Limit responses to 5 pages and include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, unique entity identifier (UEI), corresponding NAICS code, business size and status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to (CS email) no later than 12:00 pm Central Time on 02 December 2024. Acknowledgement of receipt will not be made. ? Responses to this intent to sole source shall be sent to the Contracting Officer Joyce Frost at joyce.m.frost6.civ@army.mil; the Contract Specialists, Dr. Traci Leonard at traci.d.leonard2.civ@army.mil and Rosalinda White at Rosalinda.white6.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a22669f5554488686476f9fe6a88458/view)
 
Place of Performance
Address: White Sands Missile Range, NM, USA
Country: USA
 
Record
SN07267539-F 20241120/241118230102 (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.