Search Contract Opportunities

Training Management Scheduling System (TMSS)   2

ID: W91249-0011911926 • Type: Sources Sought

Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Training Management Scheduling System on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, 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), to identify their capabilities in meeting 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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 513210 Software Publishers the size standard $47M. Please see attached draft Statement of Work.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. If the company has a GSA Schedule provide the schedule number.

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. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) Similarly situated entity means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.

4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.

5. 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.

6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 Beta Sam notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Overview

Response Deadline
Oct. 27, 2023, 11:30 a.m. EDT Past Due
Posted
Oct. 16, 2023, 12:56 p.m. EDT (updated: Oct. 23, 2023, 2:23 p.m. EDT)
Set Aside
None
Place of Performance
Fort Eisenhower, GA 30905 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
23%
On 10/16/23 MICC Fort Gordon issued Sources Sought W91249-0011911926 for Training Management Scheduling System (TMSS) due 10/27/23. The opportunity was issued full & open with NAICS 513210 and PSC U099.
Primary Contact
Name
CAROLINE DALLAS   Profile
Phone
(706) 791-1896

Secondary Contact

Name
Sherrilyn Rice   Profile
Phone
(706) 791-1831

Documents

Posted documents for Sources Sought W91249-0011911926

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W91249-0011911926

Incumbent or Similar Awards

Contracts Similar to Sources Sought W91249-0011911926

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W91249-0011911926

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W91249-0011911926

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO EUSTIS
FPDS Organization Code
2100-W91249
Source Organization Code
500036669
Last Updated
Nov. 11, 2023
Last Updated By
caroline.r.dallas.civ@army.mil
Archive Date
Nov. 11, 2023