6th BDE Bayshore JCLC

Agency: DEPT OF DEFENSE
State: Florida
Type of Government: Federal
Category:
  • G - Social Services
Posted: Apr 24, 2024
Due: May 1, 2024
Solicitation No: PANMCC-24-P-0000013311
Publication URL: To access bid details, please log in.
Follow
6th BDE Bayshore JCLC
Active
Contract Opportunity
Notice ID
PANMCC-24-P-0000013311
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
FDO SAM HOUSTON
Office
W6QM MICC-FT KNOX
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 24, 2024 01:02 pm EDT
  • Original Published Date: Apr 16, 2024 02:58 pm EDT
  • Updated Response Date: May 01, 2024 10:00 am EDT
  • Original Response Date: Apr 19, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 15, 2024
  • Original Inactive Date: Jul 15, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: G003 - SOCIAL- RECREATIONAL
  • NAICS Code:
    • 721214 - Recreational and Vacation Camps (except Campgrounds)
  • Place of Performance:
    Bradenton Beach , FL
    USA
Description View Changes

SOURCES SOUGHT NOTICE



This is a Sources Sought Notice ONLY. The U.S. Government desires to procure services to support JROTC Cadet Leadership Challenge (JCLC) Manasota 2024 to provide meals, facilities, and training for 250 Cadets and 44 Cadre from Manatee, Sarasota, Counties School Districts consisting of 12 JROTC programs on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the 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. 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 (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code is 721214; This U.S. industry comprises establishments primarily engaged in operating overnight recreational camps, such as children's camps, family vacation camps, hunting and fishing camps, and outdoor adventure retreats, that offer trail riding, white water rafting, hiking, and similar activities. These establishments provide accommodation facilities, such as cabins and fixed campsites, and other amenities, such as food services, recreational facilities and equipment, and organized recreational activities. The size standard in millions of dollars for this NAICS code is $9.0 M.





This requirement details. The contractor shall provide co-located training, lodging and meal service accordance with the terms, conditions and specifications set forth in the Draft Performance Work Statement. The contractor shall perform to the standards in this contract.





Responses to this notice shall be e-mailed to the Contracting Officer, Ranetta M. DeRamos at ranetta.m.deramos.civ@army.mil no later than 19 April 2024 at



10:00 AM ET (Fort Knox local time).





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.





All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.





In response to this notice, 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 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 scott.d.kukes.civ@mail.mil 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.





7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250
  • FORT KNOX , KY 40121-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 16, 2024[Sources Sought (Original)] 6th BDE Bayshore JCLC
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow ISO 9001, 14001 Re-Certification/Surveillance Active Contract Opportunity Notice ID M6700424Q1000 Related Notice

Federal Agency

Bid Due: 12/18/2024

Follow QA Services for EAA Active Contract Opportunity Notice ID W912EP-24-R-0010 Related Notice

Federal Agency

Bid Due: 12/26/2024

solicitation doc dept/buyer/category/solicitation type dates status REQ FOR PRE-QUAL OF VENDORS FOR OILS,

Palm Beach County

Bid Due: 2/08/2029

Title : Behavioral Health Services Managing Entity - Central Region Number : ITN-06606

State Government of Florida

Bid Due: 10/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.