Loading...
PANMCC26P0000043731
Response Deadline
May 27, 2026, 7:00 PM(CDT)15 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. The Government is issuing a sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Fire Protection Services at Fort Hood, TX. The intention is to procure these services on a competitive basis. Based on the responses to the sources sought notice, this requirement may be set-aside for small businesses, including the socioeconomic categories, (in full or in part) or procured through full and open competition.
We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price to help support a set aside.
This notice is issued solely for information and planning purposes – it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The anticipated NAICS code is: 561621, Security Systems Services (except Locksmiths) with a size standard of $25 million.
The work performed in the Performance Work Statement (PWS) includes:
Further details are provided in the DRAFT Performance Work Statement (PWS) attached to this announcement (Attachment 1)
In response to the sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) number, Commercial and Government Entity Code (CAGE) code, 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.
2. 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.
3. Provide relevant 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. Examples of what to include in response include at a minimum:
4. 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 210-466-3015, if you believe this action, is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
5. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
All data 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.
Interested parties are requested to submit a capabilities statement on company letterhead (not to exceed 10 pages in length) via email to Contract Specialist: Shemar Mason, shemar.a.mason.mil@army.mil. Responses must be received no later than the date and time of the published announcement in SAM.gov. All responses shall reference the sources sought announcement number. Receipt of submissions will not be acknowledged, and no feedback will be provided to companies regarding submissions.
SSG Shemar Mason
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
418TH CSB
W6QM MICC-FDO FT HOOD
W6QM MICC-FDO FT HOOD
36000 DARNALL LOOP
FORT HOOD, TX, 76544
NAICS
Security Systems Services (except Locksmiths)
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)