California Bids > Bid Detail

US Army JROTC Katella High School JCLC

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159773119214122
Posted Date: Apr 5, 2023
Due Date: Apr 10, 2023
Solicitation No: W9124D23Q0077
Source: https://sam.gov/opp/1b24c6c6b0...
Follow
US Army JROTC Katella High School JCLC
Active
Contract Opportunity
Notice ID
W9124D23Q0077
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?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 05, 2023 10:52 am EDT
  • Original Response Date: Apr 10, 2023 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: G003 - SOCIAL- RECREATIONAL
  • NAICS Code:
    • 721214 - Recreational and Vacation Camps (except Campgrounds)
  • Place of Performance:
    Anaheim , CA 92806
    USA
Description

SOURCES SOUGHT SYNOPSIS



This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personnel services contract to provide services as specified in the PWS for the JCLC during the period of 28 April 2023 to 30 April 2023 for the High School Junior Reserve Officer Training Corps (JROTC), Cadet Leadership Challenge (JCLC).



The contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and services necessary to perform lodging, training, and meal services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The work to be performed under this contract shall be performed at Contractor's primary place of business. Contractor shall provide service location within 50 miles of Katella High School, 2200 E. Wagner Avenue, Anaheim, CA 92806. 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. Be advised that the U.S. Government will not be able to set aside this requirement if 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 source 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 721214 Recreational and Vacation Camps (except Campgrounds) The size standard is: $9 Million. The contractor shall provide adequate facilities, lodging, logistical support, meals, training areas, and training activities for the establishment of a JROTC Cadet Leadership Challenge (JCLC). One cycle of the established camp will be conducted during the time period of 28 April 2023 - 30 April 2023 in a field environment. This cycle will last a total of three days and two nights with a total of 144 Cadets and 21 adults/instructors attending the cycle. Attached is the draft Performance Work Statement (PWS).



Responses to this Sources Sought Notice shall be e-mailed to the Purchasing Agent, Jon Leppala at jon.a.leppala.civ@army.mil no later than 10 APRIL 2023 at 10:00 a.m. EDT (Fort Knox local time).



Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the SAT. It dose 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 simplified acquisition threshold (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 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 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
  • Apr 05, 2023 10:52 am EDTSources 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 >