Search Contract Opportunities

Mission Support Contract

ID: W9124718C0001 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the Mission Support Contract (MSC) 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 notice. 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 will be a Cost plus Fixed Fee contract to Valiant Global Defense Services INC. The statutory authority for the sole source procurement is Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), when the supplies or services required by the agency are available from only one responsible source, or for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements. Attached is the draft Performance Work Statement (PWS) and draft Technical Exhibits.

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 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: 611699 All Other Miscellaneous Schools and Instruction with the Small Business Size Standard of $16.5 Million. The PSC is U013 Education/Training-Combat.

In response to this source sought, please provide a capabilities statement of no more than five (5) pages:

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@mail.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 Mission and Installation Contracting Command point of contact information from the Sources Sought Notice. 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, 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, 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 services.

Additional:

The estimated period of performance consists of one (1) year with performance commencing in September 2023.
The contract type is anticipated to be Cost Plus Fixed Fee (CPFF).
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Matthew Wiggins, in either Microsoft Word or Portable Document Format (PDF), via email at matthew.c.wiggins4.civ@army.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Overview

Response Deadline
May 9, 2023, 11:00 a.m. EDT Past Due
Posted
May 2, 2023, 4:26 p.m. EDT
Set Aside
None
Place of Performance
Fort Polk, LA 71459 USA
Source

Current SBA Size Standard
$16.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Sole Source
Odds of Award
42%
Signs of Shaping
The solicitation is open for 6 days, below average for the MICC Fort Polk.
On 5/2/23 MICC Fort Polk issued Sources Sought W9124718C0001 for Mission Support Contract due 5/9/23. The opportunity was issued full & open with NAICS 611699 and PSC U013.
Primary Contact
Name
Matthew Wiggins   Profile
Phone
None

Documents

Posted documents for Sources Sought W9124718C0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9124718C0001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9124718C0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9124718C0001

Experts for Mission Support Contract

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W9124E
Source Organization Code
500036569
Last Updated
May 24, 2023
Last Updated By
matthew.c.wiggins4.civ@army.mil
Archive Date
May 25, 2023