Army Substance Abuse Program

expired opportunity(Expired)
From: Federal Government(Federal)
W91CRB24R0018

Basic Details

started - 13 Mar, 2024 (1 month ago)

Start Date

13 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (1 month ago)

Due Date

28 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W91CRB24R0018

Identifier

W91CRB24R0018
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708889)DEPT OF THE ARMY (133113)AMC (72615)ACC (74990)ACC-CTRS (32894)ACC-APG (10712)W6QK ACC-APG (7699)
[object Object]

SetAside

SDVOSBS(Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Army Contracting Command - Aberdeen Proving Ground on behalf of the Office of the Assistant Secretary of the Army (OAA) issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement Army Substance Abuse Program. The requirement is for a non-personal service contract to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform, manage and execute the Headquarters Department of the Army, Army Substance Abuse and Well-Being Program, within the National Capitol Region (NCR) and coordination with locations outside NCR. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. This
requirement is limited the small business Set-Aside status of Service-Disabled Veteran-Owned Small Business (SDVOSB). Contractors must state their size status and ensure they will confirm to FAR 52.219-14 Limitations on Subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for 621999. That the Government will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. If a different NAICS code is more suitable for this requirement, please provide the suggested NAICS.The proposed award will be for a base period of twelve (12) months and four (4) option twelve (12) months periods.Anticipated Contract period of performance is 28 September 2024 to 27 September 2029.Procurement History:Vendor: Gritter Francona, Inc. Current Contract: W91CRB19C0042Award amount: $318,140.00.THIS IS NOT A REQUEST FOR PROPOSAL OR BIDS: This Sources Sought is for informational purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the Government for any purpose. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this notice is strictly voluntary. Not responding to this notice does not preclude participation in any future solicitation, if one 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.Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 28 March 2024 at 12:00 PM EST. All responses to this Sources Sought shall be e-mailed to ronald.h.turing.civ@army.mil. REQUIRED CAPABILITIES:What type of work has your company performed in the past in support of the same or similar requirement?Can or has your company managed a task of this nature? If so, please provide details.Can or has your company managed a team of subcontractors before? If so, provide details.What specific technical skills does your company possess which ensure capability to perform the tasks?Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-4, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in Performance Work Statement (PWS) for the base period as well as the option periods.Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.Does this PWS provide sufficient information for you to bid? If not, what additional information is required?Are there any ambiguities that need clarification? If so, please identify them clearly.Are the standards of performance clear?Is the vendor aware of any other contract vehicles such as the General Services Administration (GSA) Schedules or Government-Wide Acquisition Contracts (GWACs) that could satisfy this requirement?Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ronald H. Turing in either Microsoft Word or Portable Document Format (PDF), via email ronald.h.turing.civ@army.mil received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted.All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

6515 INTEGRITY COURT  ABERDEEN PROVING GROU , MD 21005-5001  USALocation

Office Address : 6515 INTEGRITY COURT ABERDEEN PROVING GROU , MD 21005-5001 USA

Country : United StatesState : MarylandCity : Aberdeen Proving Ground

You may also like

Substance Abuse Services

Due: 31 Aug, 2027 (in about 3 years)Agency: Texas

SUBSTANCE ABUSE COUNSELOR; ANGELL JOB CORPS CENTERS; NEW TASK ORDER AWARD

Due: 31 Oct, 2024 (in 6 months)Agency: FOREST SERVICE

22S-109 Substance Abuse Prevention and Intervention Team

Due: 30 Jun, 2026 (in about 2 years)Agency: Anne Arundel County Schools

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 621999All Other Miscellaneous Ambulatory Health Care Services
pscCode R408Program Management/Support Services