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: 541611 Administrative Management and General Management Consulting Services,with a size standard of $15M
Attached is a draft Performance Work Statement (PWS), which establishes the tasks
and standards for this requirement.
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.
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 (Not to exceed standard size pages) 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
4. Information to help determine if the requirement 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. Identify how the Army can best structure these contract requirements to facilitate
competition by and among small business concerns.
6. 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 [email protected] or 210-466-3015,
Chad Buckley at [email protected] 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 FedBizOpps notice. Provide
the specific aspects that unreasonably restrict competition and the rationale for such
conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to
acquiring the identified items/services.
8. Point of contact for this action is Mr. Chad Buckley, Contract Specialist. Inquiries will
only be addressed by Email: chad.m.buckley.civ@mail