Intent to Sole Source - JCLC St Johns Northwestern Military Academy (Соединенные Штаты Америки - Тендер #42167043) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEPT OF THE ARMY Номер конкурса: 42167043 Дата публикации: 22-05-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
On or about 8 June 2023, the U.S. Government intends to award, on a sole source basis, a contract to St. John’s Northwestern Military Academy for Encampment Services for the period of 11-15 June 2023 to support training for the Chicago Public Schools JROTC Cadet Leadership Camp (JCLC), U.S. Army Cadet Command, Fort Knox, KY. 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, “For 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.”
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.
In addition, be advised that the U.S. Government will not be able to set-aside this requirement for small businesses unless 2 or more small businesses respond with information sufficient to support the requirement as a set-aside. We encourage all 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), 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 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 Contracting Officer (KO). 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 anticipated NAICS code is: 721214, Recreational and Vacation Camps (except Campgrounds), with a size standard of $9,000,000.00. The period of performance is 11-15 June 2023. The contract place of performance is Delafield, WI.
Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.
Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.
See FAR 52.219-14 - Limitations on Subcontracting for Small Business.
The Draft Performance Work Statement (PWS) is attached for more details.
In response to this sources sought, 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 Terry Phillips at terry.d.phillips6.civ@army.mil no later than 10:00 AM Eastern, 24 May 2023.