Intent to Sole Source to ACFTL
ID: W911SD24R0085Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-WEST POINTWEST POINT, NY, 10996-1514, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of ACFTL professional services. ACFTL is the sole provider for the services required and is therefore the only source capable of satisfying the Government requirements. The services are for ACFTL certified Oral Proficiency Interviews at West Point U.S Military Academy in West Point, New York. The NAICS Code for this procurement is 611710, which falls under the category of Educational support services. The size standard for this procurement is $12 million. This notice of intent is not a request for competitive proposals, but any responsible source who believes they can meet the requirement may submit a capability statement, proposal, or quotation for consideration by the agency. Responses to this notice are due on or before 04/05/2024 by 11:00 am Eastern Standard Time (EST) and should be submitted via email to Shawn Valastro at shawn.m.valastro.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent - FACPRO Annual License
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Eisenhower, Georgia, intends to negotiate a sole-source contract for the procurement of Facilitate Pro software from McCall, Szerdy & Associates, Inc. This web-based electronic conference center software is designed to enhance group decision-making and innovative thinking through real-time idea generation and problem-solving tools. The software is a pre-configured enterprise solution that requires no development, making it essential for facilitating collaborative efforts across various time zones. Interested parties must provide clear evidence of competitive advantage by 10:00 a.m. on April 29, 2025, as the government will proceed with the award without further notice if no affirmative responses are received. For inquiries, contact Nina Rachal at nina.m.rachal.civ@army.mil or 520-725-6255, or Ashley Scott at ashley.t.scott3.civ@army.mil.
    EXERCISE First Option-Graduation Audio & Lighting Support contract at West Point, NY
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at West Point, NY, is seeking to exercise the first option for the Graduation Audio & Lighting Support contract. This contract will cover a 12-month period from May 2025 to April 2026, focusing on providing essential audio and lighting services for graduation events at the United States Military Academy. These services are crucial for ensuring high-quality presentations and ceremonies that reflect the significance of the occasion. Interested parties must submit their capability statements along with company details, including their SAMs Unique Entity ID, CAGE Code, and business size, to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil by the specified deadline for consideration.
    Army Combat Fitness Test (ACFT) Equipment
    Buyer not available
    Presolicitation DEPT OF DEFENSE Army Combat Fitness Test (ACFT) Equipment: The Department of the Army is seeking to procure ACFT equipment for the Army Combat Fitness Test (ACFT). The ACFT is a new physical fitness test for the Army that measures various aspects of fitness including muscular strength, endurance, power, flexibility, coordination, speed, agility, cardiovascular endurance, balance, and reaction time. The equipment includes items such as hexagon bars, bumper plates, barbell collars, nylon sleds, rubber medicine balls, kettlebells, and measuring tapes. The estimated quantity of equipment needed is between 26,000 and 30,000 sets. The equipment must be delivered to Army units by October 1, 2019. The procurement will be set aside for small businesses, and the government anticipates awarding a firm fixed price contract. The Request for Proposal (RFP) is expected to be released in December 2018.
    Intent to Sole Source SenyLRC
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at West Point, intends to negotiate a sole source contract with the Southeastern NY Library Resources Council for courier services related to library materials. The primary objective is to facilitate the timely delivery of library resources to the United States Military Academy (USMA) Library and other libraries within the New York Library Reference and Research Resources Council (NY3Rs) consortium, ensuring a turnaround time of 24 to 48 hours for deliveries. This service is crucial for maintaining efficient resource sharing among the 119 participating libraries, with the contract period set from July 1, 2025, to June 30, 2026. Interested parties must submit their capability statements and authorization letters by May 1, 2025, to Shawn Valastro at shawn.m.valastro.civ@army.mil.
    Defense Language Institute Quality Control & Validation
    Buyer not available
    The Department of Defense, specifically the Army, is seeking vendors for a contract related to Quality Control and Validation Services for the Defense Language Proficiency Tests (DLPT) at the Defense Language Institute Foreign Language Center in Monterey, California. The primary objective is to ensure that DLPT testing materials meet government standards and comply with Interagency Language Roundtable guidelines, involving the review of up to 10,000 items annually for various languages. This initiative is crucial for maintaining high standards in language proficiency testing for military and government personnel. Interested businesses, particularly small businesses in various socioeconomic categories, are encouraged to respond to this Sources Sought Notice by providing their capabilities and relevant experience. For further inquiries, contact Grace Marquez at grace.marquezvelasquez.civ@army.mil or Robert M. Parvin at robert.m.parvin.civ@army.mil.
    SYNOPSIS/SOLICITATION - Structural Beam Tester Delivery and Installation USMA
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at West Point, NY, is seeking proposals for the delivery and installation of a Structural Beam Tester at the United States Military Academy (USMA). This procurement involves providing a complete hydraulic testing system, including necessary components such as actuators, a hydraulic power unit, and a control system, to support civil engineering laboratories. The project is significant for advancing research and academic applications within the facility, with a total budget of $22 million and a performance period from July 1, 2025, to June 30, 2026. Interested small businesses must ensure their registration in the System for Award Management (SAM) and submit proposals to Leslie Duron via email by the specified deadline, with a site visit scheduled for May 14, 2025, to familiarize potential offerors with site conditions.
    DLI-W Test Scheduling and Administrative Services FY26-FY31
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Test Scheduling and Administrative Services for the Defense Language Institute Foreign Language Center (DLIFLC) from fiscal years 2026 to 2031. The primary objective of this procurement is to support the administration of testing programs for students and Department of Defense linguists, emphasizing that the contractor will operate as a non-personal service provider without government supervision. This initiative is crucial for enhancing language capabilities within the military through structured testing programs, ensuring accountability and adherence to quality control measures. Interested parties must submit a capabilities statement by May 9, 2025, and can direct inquiries to Edward WojtanIII at edward.w.wojtan2.Civ@army.mil or Reginald Wynn at reginald.j.wynn.civ@army.mil.
    ILTE Product Support for AH-64 FOTE II
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.
    FMS MQ-9A Notice of Intent
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source Indefinite Delivery – Indefinite Quantity (IDIQ) contract to General Atomics – Aeronautical Systems, Inc. for the provision of Foreign Military Sales - International MQ-9A Launch and Recovery Training services at a Contractor Owned Contractor Operated (COCO) facility in Fort Cavazos, Texas. This procurement aims to utilize unique capabilities and resources that GA-ASI possesses, including their own MQ-9A aircraft and training facilities, which are essential for delivering seamless training and ensuring operational readiness following the divestment of USAF training capabilities. Interested parties who believe they can provide equivalent services are invited to submit a capability statement to Gerardo Martinez by email at gerardo.martinez@us.af.mil by May 9, 2025, at 12:00 p.m. Central Daylight Time, as late submissions will not be considered.
    Rappel Tower Inspe/Maint B+4 West Point FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide inspection and maintenance services for the Rappelling Tower and associated training obstacles at West Point, New York, under a Total Small Business Set-Aside. The contract entails a base period of one year, with four additional option years, focusing on ensuring the safe operation of various training facilities through annual inspections, load testing, and necessary maintenance, all in compliance with safety regulations and industry standards. This initiative is crucial for maintaining the operational safety and integrity of training sites utilized by the United States Corps of Cadets. Interested contractors must submit their proposals by May 13, 2025, and can direct inquiries to Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.