Inactive
Notice ID:PANMCC-25-P-0000-022047
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the purchase of seven (7) horses for the United States 3D Infantry Regiment (The Old Guard)’s Caisso...
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the purchase of seven (7) horses for the United States 3D Infantry Regiment (The Old Guard)’s Caisson Detachment Team on a 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 source sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to Live Oak Farms. Live Oak Farms is providing seven (7) horses that meet the Caisson Detachment standard. These horses are fully trained to conduct draft horse hitch operations. These characteristics make these horses particularly suited to be Military Working Equines and would be able to serve in the U.S Army Caisson Detachment shortly after purchase. Additionally, the contractor’s Kladruber draft horses meet horse specifications that the Old Guard requires to maintain successful integration of new horses to the current Old Guard horse herd. The statutory authority for the sole source procurement is Simplified Procedures for Certain Commercial Items, as implemented by FAR Subpart 13.5, utilizing guidance of Content under FAR 13.501(a)(2)(i), For a proposed contract exceeding the simplified acquisition threshold, but not exceeding $750,000, the contracting officer’s certification that the justification is accurate and complete to the best of the contracting officer’s knowledge and belief will serve as approval, unless a higher approval level is established in accordance with agency procedures. Pursuant to 41 U.S.C. 3304(a)(1), Use of noncompetitive procedures will be followed. Attached is the draft Statement of Work (SOW). The deadline for response to this source sought notice is no later than 10:00 A.M. Eastern Time, 06 June 2025. Provide responses to this notice to: Gwendolyn Bridges, Contracting Officer, gwendolyn.bridges5.civ@army.mil ; and Swamana Rogers, Contract Specialist, swamana.n.rogers.civ@army.mil Telephone responses will NOT be accepted. 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 source 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 112920 Horses and Other Equine Production. In response to this source 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 solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373if 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, , SAM Unique Entity ID, 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) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 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. 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/SOW/PRS to acquiring the identified items/services.