SOURCES SOUGHT
R -- Yellow Ribbon Re-Integration Program - Draft PWS
- Notice Date
- 12/4/2015
- Notice Type
- Sources Sought
- NAICS
- 624190
— Other Individual and Family Services
- Contracting Office
- Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 111 South George Mason Drive, Building 2, 4th Floor, Arlington, Virginia, 22204-1382, United States
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L-16-R-YRRP
- Archive Date
- 1/12/2016
- Point of Contact
- Elizabeth R. Henderson, Phone: 2406128020, Danielle L. Head, Phone: 4407140552
- E-Mail Address
-
elizabeth.r.henderson6.mil@mail.mil, danielle.l.head@us.army.mil
(elizabeth.r.henderson6.mil@mail.mil, danielle.l.head@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft PWS W9133L-16-R-YRRP Sources Sought Notice Brief Description: The Air National Guard (ANG) Directorate is to provide Airmen and their families with the resources, referrals, entitlements and proactive outreach opportunities throughout the three deployment phases (pre-, during, & post-) as defined in the Performance Work Statement (PWS). Over the past several years, the ANG Yellow Ribbon Re-Integration Program (YRRP) has evolved to meet emerging needs resulting from frequent deployments and served as the hub of an expanding network of Service Providers. The current ANG YRRP can also serve as a model for a flexible, geo-dispersed support and services model that can provide re-integration and transition assistance, promote resiliency and enhance the ANG's relationship enrichment program. Specifically, the ANG will provide designated contract support to the Air Wings to coordinate, prepare, and execute reunion and reintegration activities. Additionally, the capability to plan, prepare and execute decentralized events will reduce travel and lodging costs while integrating the local service providers who will be supporting our Airmen and families. The contractor shall have national level management personnel for this requirement to include a Program Manager. Additionally, the contractor shall identify local support personnel that will be providing support to each of the 54 states and territories consisting of 89 ANG Wings. No solicitation is being issued at this time. It is anticipated the contract period of performance will be base year of (12) months and four (4) one (1) year option periods. Response Date: 28 December 2015 Contract Specialist: TSgt Elizabeth Henderson, E-Mail: Elizabeth.R.Henderson6.mil@mail.mil This requirement is a total set-aside for 8a companies/ contractors. Primary NACIS Code: 624190 (Other Individual and Family Services). Size Standards: $11.0 Million Place of Performance: 54 states and territories consisting of 89 ANG Wings. The National Guard Bureau (NGB) Operational Contracting Division is conducting market research (sources sought) to determine the availability of qualified sources to provide ANG Yellow Ribbon Reintegration Program Support Services. THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set-aside. The purpose of this "Sources Sought/Market Survey" is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The Government requests interested parties submit a response which shall include a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partner. Capability Packages should clearly address the following: A technical understanding of the development and sustainment of a Yellow Ribbon Reintegration Program designed to plan, prepare and execute decentralized events that will reduce travel and lodging costs while integrating the local service providers to ANG Airmen and families Key Personnel: Do the key staff members have experience in event coordinating? Past Performance: Do you have specific past performance and experience with event coordination and planning support? In addition, the following questions must be answered and elaborated on as part of the package: •(1) Past Performance - Describe your firms relevant past performance experience within the last three years of event management, coordination and planning support. •(2) Corporate Experience - Describe your firms work experience similar in nature, scope, complexity, value and difficulty of work in event planning and management. •(3) Company Size (number of employees). •(4) Company Size (annual revenue). •(5) Describe your firm's partnerships/ teaming capabilities that would enable you to perform event management functions (coordination, planning) Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it become available. The Government will issues a draft PWS at a future date. All potential offerors are reminded to be considered for an award they must be registered in Systems Award Management (SAM) lack of registration in the SAM will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit the information requested above by 28 December 2015, 1:00 pm EDT to TSgt Elizabeth R. Henderson, E-Mail: Elizabeth.R.Henderson6.mil@mail.mil. Please include company name, address, telephone number, and technical point of contact, brochures/literature. Capability packages must not exceed 10 pages (12 point font with on-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is able capable to provide Advertising and Marketing Services. All contractor questions must be submitted no later than 12:00PM EDT on 21 December 2015 to the contract specialist, TSgt Elizabeth R. Henderson, E-Mail: Elizabeth.R.Henderson6.mil@mail.mil. Telephone calls regarding this notice will not be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE. Additional Info: Additional documentation Contracting Office Address: National Guard Bureau, Contracting Support, ATTN: NGB-AQ, 111 South George Mason Dr., Bldg 2, 4 th Floor, Arlington, VA 22204-1373 Point of contact: TSgt Elizabeth R. Henderson, E-Mail: Elizabeth.R.Henderson6.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-YRRP/listing.html)
- Place of Performance
- Address: National Guard Bureau, Contracting Support, ATTN: NGB-AQ, 111 South George Mason Dr., Bldg 2, 4th Floor, Arlington, Virginia, 22204-1379, United States
- Zip Code: 22204-1379
- Zip Code: 22204-1379
- Record
- SN03961317-W 20151206/151204234532-a6e91927fe00c9b5c3c10dac2f814729 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |