NOTICE OF INTENT TO SOLE SOURCE
FAR 12.204(b) synopsizing less than 15 days IAW FAR 5.203(a)(1) FAR 5.203(a)(1) shorter period for soliciting quote or offer
The U.S. Government intends to award, on a sole source basis, a contract to Idea Public Schools for facilities, lodging, meal services, medical support, aquatics training, and tower operations for 60 Cadets and 10 Cadre in support of Brownsville ISD JROTC Cadet Leadership Challenge (JCLC). The statutory authority for the sole source procurement of these services is Federal Acquisition Regulation (FAR) 13.106-1(b)(1), Soliciting from a Single Source, which states, βFor purchases not exceeding the Simplified Acquisition Threshold (SAT), (i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available.β
However, the Mission and Installation Contracting Command (MICC) Fort Knox is seeking vendors that may be capable of performing these services in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this notice.
The anticipated NAICS code is: 721214 β Recreational and Vacation Camps (except Campgrounds) with a size standard of $9,000,000.00. The requested period of performance is 5 β 8 March 2024. The contract place of performance is Brownsville, Texas.
In response to this notice, please provide:
1. Name of the firm, point of contact, phone number, email address, Unique Entity ID 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.
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. Information in sufficient detail explaining how you can satisfy the requirement to include 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. General statements will not be accepted.
4. Information to help determine if the requirement (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.
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. Responses to this notice shall be e-mailed to the Contract Specialist, Janice Semper, at [email protected] and Contracting Officer, Samuel M. Henderson at [email protected] no later than 11:00 AM. EST, 21 February 2024.