THIS IS A Sources Sought Notice ONLY.
The U.S. Government desires to procure one Lightweight, Autonomous, Modular Vehicle for Fort Hood, Texas on a small
business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with
information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this
requirement if 2 or more small businesses do not respond with information to support the set-aside. 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, Women-Owned
Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
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. Submittal 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 the Government wide Point of Entry. It is the responsibility of potential offerers to monitor the
Government wide Point of Entry for additional information pertaining to this requirement.
The anticipated NAICS code(s) is: 336999, All Other Transportation Equipment Manufacturing, with a size standard of 1,000 employees.
This is a single time delivery. Attached are the salient characteristics that are required for the procurement.
In response to this sources sought, please provide:
1. Limit responses to 5 pages and include the following
additional information: name of the firm, point of contact, phone number, email address, Entity Identifier (UEI),
Commercial and Government Entity (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. 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.
4. Information to help determine if the requirement 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.
5. Identify how the Army can best structure these contract requirements to
facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having
the effect of unnecessarily restricting competition with respect to this acquisition.
Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition
and the rationale for such conclusion.
7. Recommendations to improve the salient characteristics to acquiring the
identified items/services.
8. Interested parties are requested to submit a capabilities statement. The deadline for response to this request is no later than 03 September 2025 at 5:00 PM Central Standard Time.
All responses under this Sources Sought Notice must be e-mailed to:
SSG Joshua Eash, Contracting Specialist; joshua.s.eash.mil@army.mil
SSG Tyler Tamberelli, Contracting Officer; tyler.d.tamberelli.mil@army.mil.