Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOURCES SOUGHT

D -- C2G3 Digital and Simulation Support

Notice Date
4/29/2025 1:18:39 PM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
 
ZIP Code
65473-0140
 
Solicitation Number
FLW012699
 
Response Due
5/30/2025 7:00:00 AM
 
Archive Date
05/30/2025
 
Point of Contact
Elizabeth Reyes, Phone: 5735960251, Julie West, Phone: 5735960259
 
E-Mail Address
elizabeth.e.reyes2.civ@army.mil, julie.m.west4.civ@army.mil
(elizabeth.e.reyes2.civ@army.mil, julie.m.west4.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to identify parties having an interest in the requirement located at US Army Fort Leonard Wood, MO, for digital communication training, simulations training, and command and control (C2) expertise. It is encouraged that all businesses, regardless of size, or registered socioeconomic category, (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), respond to, and identify their capabilities in the best interest of the Government�s intent to meet 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 or IFB or RFP, if any is issued. If a 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 anticipated NAICS code(s) is: 611430, Professional and Management Development Training with a size standard of $15 million. A continuing need is anticipated for the digital communication training, simulations training, and command and control (C2) expertise, which is currently being fulfilled through current contract W911S7-21-C-0006. Attached is the draft Performance Work Statement (PWS) for this Sources Sought Notice. The contract type, should it be decided to be in the best of interest of the Government to proceed with solicitation, is anticipated to be a firm- fixed price. The estimated period of performance consists of a base period with 4 option periods based upon the needs of the Government. There is no planned site visit for this Sources Sought Notice. In response to this Sources Sought Notice, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Can or has your company manage(d) a team of subcontractors before? If so, provide details. 4. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasks described in the draft PWS for the base period as well as the option periods. 5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making capability determination. 6. All potential contractors working on this contract will be required to maintain a favorable T1 clearance for the entirety of the time they are employed on this contract or the lifetime of the contract (whichever comes first). Interested parties must have the ability to obtain government clearances for their employees. Included in all interested parties� capabilities statements must be an acknowledgement or confirmation of the ability to obtain this stipulation for this requirement. 7. 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. Please send all questions and responses to this Sources Sought Notice to Elizabeth Reyes, (Contract Specialist at the Mission and Installation Contracting Command, Fort Leonard Wood), at Elizabeth.e.reyes2.civ@army.mil. Interested parties shall ensure that the subject of their email clearly references this Sources Sought Notice ID. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf2a90e4550d4f72a8a5602752855cd6/view)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473, USA
Zip Code: 65473
Country: USA
 
Record
SN07425358-F 20250501/250429230057 (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.