New York Bids > Bid Detail

Shallow Water Egress Training (SWET)

Agency:
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159528938844837
Posted Date: Mar 5, 2024
Due Date: Mar 12, 2024
Source: https://sam.gov/opp/1aaecb97f5...
Follow
Shallow Water Egress Training (SWET)
Active
Contract Opportunity
Notice ID
PANMCC24P0000008442
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 05, 2024 01:58 pm EST
  • Original Response Date: Mar 12, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    Fort Drum , NY 13602
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a firm-fixed price (FFP) contract to provide Shallow Water Egress Training (SWET) at Fort Drum, NY. The government is seeking vendors that may be able to provide this training for this requirement in order to support a competitive procurement. The U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.



This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue a 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on GSA Advantage. It is the responsibility of potential offerors to monitor GSA Advantage for additional information pertaining to this requirement.



The NAICS code(s) is: 611512 Flight Training, with a size standard of $34M.



All companies must be registered with System for Award Management (SAM) (https://www.sam.gov).



In response to this sources sought, the Government is requesting that interested businesses that feel they can fully support this requirement, furnish the following information:



1. Capability statement should include your firm's general background, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies.



2. 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 Advocate for Competition, Margaret Scott, at margaret.a.scott56.civ@army.mil or (910) 396-9223, 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 Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



3. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), 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.



4. Identify whether your firm is interested in competing for this requirement.



5. Information in sufficient detail on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



6. 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.



7. Identify how the Government can best structure these contract requirements to facilitate competition, including competition among small business concerns.



8. Recommendations to improve the Army's approach to acquiring the identified equipment.



Responses to this Sources Sought shall be submitted electronically via email to SSG Justin C. Gould, at justin.c.gould5.mil@army.mil. Responses shall be received no later than 01:00 P.M. EST on 12 March 2024. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email by 01:00 P.M. MST on 08 March 2024. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 05, 2024 01:58 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >