Closed Solicitation · DEPT OF DEFENSE

    LANDING SERVICES

    Sol. W911S825Sources SoughtJOINT BASE LEWIS MCCH, WA
    Closed
    STATUS
    Closed
    closed Feb 14, 2025
    POSTED
    Feb 11, 2025
    Publication date
    NAICS CODE
    488119
    Primary industry classification
    PSC CODE
    X1BD
    Product & service classification

    AI Summary

    The U.S. Army is seeking vendors for Landing Services, intending to award a sole source contract to Grant County International Airport. This sources sought notice encourages all interested businesses to respond, although it does not guarantee a future solicitation. The contract will be fixed price, and the government will not accept unsolicited proposals or cover any costs incurred in response. Interested parties should monitor the Government wide Point of Entry for updates.

    Contract details

    Solicitation No.
    W911S825
    Notice Type
    Sources Sought
    Posted Date
    February 11, 2025
    Response Deadline
    February 14, 2025
    NAICS Code
    488119AI guide
    PSC / Class Code
    X1BD
    Contract Code
    2100
    Primary Contact
    Ana Torres
    State
    WA
    ZIP Code
    98433-9500

    Description

    This Is A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Landing Services on an Sole Source basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. The proposed sole source (fixed price) contract to (Grant County International Airport) for Landing Services. The statutory authority for the sole source procurement is (10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data (for services). This notice 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 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 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 NAICS code(s) is: 488119 (Other Airport Operations, $40 Mil). In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, 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. 2. 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). 3. 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. 4. 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. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5. 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. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

    Key dates

    1. February 11, 2025Posted Date
    2. February 14, 2025Proposals / Responses Due

    Frequently asked questions

    LANDING SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.