Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2025 SAM #8574
SPECIAL NOTICE

88 -- Horse Exchange and Purchase

Notice Date
5/16/2025 8:13:42 AM
 
Notice Type
Special Notice
 
NAICS
112920 — Horses and Other Equine Production
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
PAN020482
 
Response Due
5/21/2025 7:00:00 AM
 
Archive Date
06/05/2025
 
Point of Contact
Sheu Mojeed, Gwendolyn Bridges
 
E-Mail Address
sheu.a.mojeed.civ@army.mil, gwendolyn.bridges5.civ@army.mil
(sheu.a.mojeed.civ@army.mil, gwendolyn.bridges5.civ@army.mil)
 
Description
Sources Sought Notice THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for a Horse Exchange and Purchase on a SOLE SOURCE basis but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this source sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to Hershberger�s Farm and Bakery will provide the United State Army Caisson Detachment 3 (Three) Horses. In addition, The Government will exchange one (1) horse with another 1(one) horse �1v1� with Hershberger�s Farm and Bakery. The U.S. Army Caisson Detachment conducts memorial affairs operations in support of all Joint Services in Arlington National Cemetery to honor our Nation�s fallen service members and their families. On order, the Caisson Detachment provides assets in support of State Funeral missions and key strategic engagement ceremonies in and beyond the National Capitol Region. The U.S. Army Caisson Detachment normally consists of approximately 60 Horses. The procurement of suitable MWEs is a mission critical to conduct successful Arlington National Cemetery missions. The statutory authority for the sole source procurement is Simplified Procedures for Certain Commercial Items, as implemented by FAR Subpart 13.5, utilizing guidance of Content under FAR 6.303-2.: Pursuant to FAR subpart 8.405-6(a)(1)(i)(B) and FAR Subpart 6.302-1(a)(2)(iii), only one responsible source is capable of providing the supplies/services at the level of quality required because the Services are unique or highly specialized to satisfy the agency�s requirement. 41 U.S.C. 3304(a)(1). Attached is the draft Performance Work Statement (PWS). The deadline for response to this source sought notice is no later than 10:00 A.M. Eastern Time, 21 May 2025. Provide responses to this notice to: Gwendolyn Bridges, Contracting Officer, gwendolyn.bridges5.civ@army.mil and Sheu Mojeed, Contract Specialist, sheu.a.mojeed.civ@army.mil Telephone responses will NOT be accepted. 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 source 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if 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 anticipated NAICS code is: 112920 Horses and Other Equine Production. In response to this source sought, please provide: 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 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 Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, SAM Unique Entity ID, CAGE code, identify business size (large business or a small business), 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. Information to help determine if the requirement (item or service) is commercially available, including pricing information, the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f55a9baf2cf34f19a33d87737762c997/view)
 
Place of Performance
Address: DC 20319, USA
Zip Code: 20319
Country: USA
 
Record
SN07445824-F 20250518/250516230045 (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.