Search Contract Opportunities

W9115120D0009 / Notice of Intent to Sole Source and Sources Sought Notice   2

ID: W9115120D0009 • 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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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.

Background
The U.S. Government 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).

The goal of this contract is to ensure continued support for information systems operations and related services critical to the mission of the agency.

Work Details
The contractor will be responsible for managing personnel with proper security clearances and providing sufficient personnel with expertise as required by the Performance Work Statement (PWS). Key responsibilities include:
1. Facility Security Officer (FSO) duties, requiring at least 4 years of industrial security experience and a minimum secret security clearance. The FSO must maintain relationships with all personnel and provide monthly updates on personnel security status.
2. Compliance with Antiterrorism/Force Protection (AT/FP) requirements, including completion of AT Level I training for all contractor employees within 30 days of contract start.
3. Adherence to Operations Security (OPSEC) requirements, including completion of OPSEC Level I training for all contractor employees.
4. Management of cybersecurity training and certification for personnel handling classified information.
5. Conducting preventive maintenance and emergency services for Electronic Security Systems (ESS), including Close Circuit Television (CCTV) components, ensuring operational integrity and compliance with manufacturer's recommendations.
6. Providing support in network server administration, SQL/DB administration, SharePoint administration, data backups/restores, enterprise antivirus management, and user support services for personal computers.
7. Maintaining continuity operational documentation such as SOPs and procedures to ensure operational capability in case of contractor departure.

Period of Performance
The period of performance is up to 18 months from the date of contract modification.

Place of Performance
The contract will be performed at White Sands Missile Range (WSMR), New Mexico.

Overview

Response Deadline
May 19, 2025, 5:00 p.m. EDT Past Due
Posted
May 5, 2025, 3:30 p.m. EDT
Set Aside
Women-Owned Small Business Sole Source (WOSBSS)
Place of Performance
White Sands Missile Range, NM 88002 United States
Source

Current SBA Size Standard
$37 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
58%
On 5/5/25 MICC Fort Hood issued Sources Sought W9115120D0009 for W9115120D0009 / Notice of Intent to Sole Source and Sources Sought Notice due 5/19/25. The opportunity was issued with a Women-Owned Small Business Sole Source (WOSBSS) set aside with NAICS 541513 (SBA Size Standard $37 Million) and PSC DC01.
Primary Contact
Name
Lexie Morin   Profile
Phone
None

Secondary Contact

Name
Reonel De La Cruz   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Alternate Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (210) 466-3015

Documents

Posted documents for Sources Sought W9115120D0009

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W9115120D0009

Award Notifications

Agency published notification of awards for Sources Sought W9115120D0009

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W9115120D0009

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9115120D0009

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9115120D0009

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9115120D0009

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W91151
Source Organization Code
500036836
Last Updated
June 3, 2025
Last Updated By
lexie.a.morin.civ@army.mil
Archive Date
June 3, 2025