Federal Bid

Last Updated on 07 Jul 2022 at 3 AM
Sources Sought
Fort gordon Georgia

WARFIGHTER INFORMATION NETWORK-TACTICAL INCREMENT (WIN-T)

Solicitation ID GORDON11791229
Posted Date 07 Jun 2022 at 11 AM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qm Micc-Ft Gordon
Agency Department Of Defense
Location Fort gordon Georgia United states 30905

THIS IS A Sources Sought Notice ONLY.  The U.S. Government desires to procure the Warfighter Information Network-Tactical Increment (WIN-T) 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.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

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:  611430 Professional and Management Development Training; Size Standard: $12MIL

This is a new requirement.  Attached is the draft Performance Work Statement (PWS).

In response to this sources sought, including any capability statement, shall be electronically submitted to the Contract Specialist, Devin Knight, in either Microsoft Word or Portable Document Format (PDF), via email [email protected] 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 2019-O0003) “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 [email protected] 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 sam.gov notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Bid Protests Not Available

Similar Opportunities

Location Unknown 13 May 2024 at 4 AM
Location Unknown 13 May 2024 at 4 AM
Location Unknown 13 May 2024 at 4 AM
San diego California 13 May 2024 at 4 AM