SOURCES SOUGHT
D -- W9115120D0009 / Notice of Intent to Sole Source and Sources Sought Notice
- Notice Date
- 5/5/2025 12:30:27 PM
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- W6QM MICC-FDO FT CAVAZOS FORT CAVAZOS TX 76544-0000 USA
- ZIP Code
- 76544-0000
- Solicitation Number
- W9115120D0009
- Response Due
- 5/19/2025 2:00:00 PM
- Archive Date
- 06/03/2025
- Point of Contact
- Lexie Morin, Reonel De La Cruz
- E-Mail Address
-
lexie.a.morin.civ@army.mil, reonel.t.delacruz.civ@army.mil
(lexie.a.morin.civ@army.mil, reonel.t.delacruz.civ@army.mil)
- Small Business Set-Aside
- WOSBSS SBA Certified Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15)
- Description
- Sources Sought Notification This is a Sources Sought Notice with the Intent to Sole Source only. The U.S. Government currently intends to award a modification to extend contract W9115120D0009 on a sole source basis to H2Direct, LLC for Information Systems Operation Services Support (ISOSS) at White Sands Missile Range (WSMR) for a period of performance of up to 18 months. The statutory authority for the sole source procurement is 10 U.S.C �2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached is the draft Performance Work Statement (PWS). 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 the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Any information provided in response to the sources sought notice will not be returned to the responder. Potential vendors shall provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the vendor�s ability to successfully satisfy the requirements of the technical services. Vendors shall also provide point of contact information for the efforts cited above. 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, Sam.gov. It is the responsibility of vendors to monitor the Governmentwide point of entry for additional information pertaining to this requirement. The NAICS code for this requirement is 541513, with a size standard of $37 million. In response to the sources sought notice, please provide the following: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate 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 sources sought notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Limit responses to 5 pages and include the following additional information: name of the firm, commercial activity/government entity (CAGE) code, unique entity identifier (UEI), point of contact including phone number and email, corresponding NAICS code, business size and status, and if applicable, 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. 3. 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. 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. Provide a brief description of experience in services and support in diverse environments and circumstances, such as the permanent facilities to field test sites at various CONUS and OCONUS locations and military installations. 6. Provide a brief description of experience and capability to support testing, perform data analysis, and perform pre-test/events in accordance with the Government�s task authorization requests. Interested sources shall submit their responses via email to the Contracting Officer, Dr. Traci Leonard at traci.d.leonard2.civ@army.mil, Contract Specialists, Lexie Morin at lexie.a.morin.civ@army.mil and Reonel De La Cruz at reonel.t.delacruz.civ@army.mil. Responses are due by 4:00PM, Central Standard Time (CST), on 19 May 2025. Acknowledgement of receipt will not be made.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0990dc729b984764bad802a268e9383d/view)
- Place of Performance
- Address: White Sands Missile Range, NM 88002, USA
- Zip Code: 88002
- Country: USA
- Zip Code: 88002
- Record
- SN07431341-F 20250507/250505230045 (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 |