Closed Solicitation · DEPT OF DEFENSE

    SUPPLY CHAIN OPTIMIZATION SUPPORT (SCOS)

    Sol. W31P4Q-25-R-0064Sources SoughtSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)REDSTONE ARSENAL, AL
    Closed
    STATUS
    Closed
    closed Aug 1, 2025
    POSTED
    Apr 10, 2025
    Publication date
    NAICS CODE
    541614
    Primary industry classification
    PSC CODE
    Product & service classification

    AI Summary

    The U.S. Army Contracting Command is seeking sources for Supply Chain Optimization Support (SCOS) to enhance Stock Availability services for the AMCOM Logistics Center. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves a Cost Plus Fixed Fee contract with a base year and four options. Interested parties must submit a one-page capabilities statement by 2 PM CST on August 1, 2025, detailing relevant experience and compliance with specific requirements.

    Contract details

    Solicitation No.
    W31P4Q-25-R-0064
    Notice Type
    Sources Sought
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    April 10, 2025
    Response Deadline
    August 1, 2025
    NAICS Code
    541614AI guide
    Issuing Office
    W6QK ACC-RSA
    Primary Contact
    Jennifer L. McClure
    State
    AL
    ZIP Code
    35898-5090
    AI Product/Service
    service

    Description

    The US Army Contracting Command – Redstone, CCAM-MLP, Redstone Arsenal, AL, is issuing this Sources Sought notice as part of its market research to identify parties interested in and capable of providing innovative, efficient and responsive Stock Availability (SA) service support to AMCOM Logistics Center (ALC) Supply Chain Management Directorate (SCMD), for Non-Performance Based Logistics (PBL), B-64 missile and B17 aviation Source of Supply (SOS) systems in order to meet the evolving mission needs, i.e., Forecasting, Demand Planning, Sourcing, Operations Management, Inventory Management, Warehousing, Logistics, Distribution, Data Analytics, and Risk Management.  

    The contemplated contractual action is a Base Year with four, one-year option Cost Plus Fixed Fee (CPFF), contract.  

    Interested parties are requested to submit a capabilities statement no longer than one (1) page in Times New Roman font, size 10. This documentation must address at a minimum the following items:

    1.) Description of the same or similar work your company has performed in the past on the same or similar requirement.

    2.) Explanation of your company’s ability to perform at least 50% of the tasking described, in compliance with FAR 52.219-14. 6. Company information: name, CAGE / SAM UEI, business size (small or large) for respective NAICS per sam.gov Reps & Certs (FAR / DFARS), FAR 52.219-1

    3.) Indicate any SBA Certified Socioeconomic status per the SBA Dynamic Small Business Search profile. 

    All communication, including any capabilities statement, should be submitted electronically to Jennifer L. McClure, ATTN: CCAM-MLP, in Microsoft Word or PDF format via email at jennifer.l.mcclure14.civ@army.mil. All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from 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 Notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided regarding submissions.

    The deadline for response is 2 pm CST, 1 August 2025.

    Place of Performance: Contractor’s Facility and Government provided warehouse.

    All offerors must be enrolled in System for Award Management (SAM) and hold certification from the Joint Certification Program (JCP) to access the Technical Data Package required for this request. In the event that a vendor faces difficulties obtaining the Technical Data despite being registered in both JCP and SAM, and can substantiate this issue, the Government will provide the drawings through DoD Safe Site.

    Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies.

    DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES ARE NOT OFFERS, AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT BASED ON THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED IS VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ), INVITATION FOR BID (IFB), OR RFP, IF 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.

    Key dates

    1. April 10, 2025Posted Date
    2. August 1, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SUPPLY CHAIN OPTIMIZATION SUPPORT (SCOS) 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.