Georgia Bids > Bid Detail

Georgia Military College JCLC

Agency:
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159071025857554
Posted Date: Feb 8, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/4687e93b7f...
Follow
Georgia Military College JCLC
Active
Contract Opportunity
Notice ID
PANMCC-24-P-0000-007392
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
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 08, 2024 03:36 pm EST
  • Original Response Date: Feb 12, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: G003 - SOCIAL- RECREATIONAL
  • NAICS Code:
    • 721214 - Recreational and Vacation Camps (except Campgrounds)
  • Place of Performance:
    Milledgeville , GA 31061
    USA
Description

INTENT TO SOLE SOURCE



The U.S. Government intends to award, on a sole source basis, a contract to Georgia Military College for services to support JROTC Cadet Leadership Camp (JCLC) in Milledgeville, GA with a period of performance of 27-31 May 2024 and 2-6 June 2024. 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.





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 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 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 codes is:721214 Recreational and Vacation Camps (except Campgrounds) with a size standard of $9M. The requested period of performance is 27-31 May 2024 and 2-6 June 2024. The contract place of performance is Milledgeville, GA.





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 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 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.





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





In response to this Intent to Sole Source, please provide:





1. Name of the firm, point of contact, phone number, email address, UEI 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. The information must clearly explain how your firm can satisfy the requirement as outlined in the PWS. General statements of interest will not be used as 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. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Brittney Morrison, at Brittney.d.morrison.civ@army.mil no later than 12 February 2024 at 3:00 p.m. ET (Fort Knox local time).




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
  • Feb 08, 2024 03:36 pm ESTSpecial Notice (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 >