SOURCES SOUGHT
G -- Child Care Services ~ Yellow Ribbon Program - DRAFT Performance Work Statement
- Notice Date
- 9/27/2016
- Notice Type
- Sources Sought
- NAICS
- 624410
— Child Day Care Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-R-1055
- Archive Date
- 10/19/2016
- Point of Contact
- Amy E. Sentner, Phone: 6095625649
- E-Mail Address
-
amy.sentner.civ@mail.mil
(amy.sentner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Performance Work Statement THIS IS A SOURCES SOUGHT SYNOPSIS ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The purpose of this Sources Sought Synopsis (SSS) is to assist Army Contracting Command- New Jersey in determining the potential level of interest, adequacy of competition, and technical capabilities within industry, to provide support to the 99th Regional Support Command's Yellow Ribbon office with child and youth services in Arlington, Virginia; Niagara Falls, New York; Parsippany, New Jersey; and Hershey, Pennsylvania. A draft Performance Work Statement (PWS) is Attachment 001 to this announcement with further details inclusive of tentative dates. This SSS is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and its supplements to formulate an acquisition strategy for procurement of these critical services. Work to be performed under this firm-fixed type contract will be within the North American Industry Classification System (NAICS) Code 624410, Child Day Care Services with size stand standard of $11.0 Million. Requirements includes child and youth services for a minimum of 50 children by ratio age groupings and square feet per child/youth. The lodging contractor (to be determined) shall provide five rooms. One Firm Fixed Price Indefinite Delivery type award per area is anticipated. Responses should include the following: (1) Reference Sources Sought number, W15QKN-16-R-1055 (2) All responses from prospective offerors should include the return email address, firm name, CAGE code, DUNS number, FEMA ID number, mailing address, telephone number and point of contact within the body of the response (3) Size of the business (small or large) and socioeconomic status of the company (i.e. HUBZone small business, EDWOSB, WOSB, 8(a) business, etc.) (4) Statement of capability stating your skills experience, knowledge and equipment required to perform a specified type of work. (5) Type of information required to price out a base plus four option periods. Respondents are requested to provide a narrative addressing (1) technical capabilities to meet the requirements with specific emphasis on the Tasks in the PWS and (2) potential level of interest in responding to a solicitation as a prime contractor. The Government encourages submission of any additional comments or recommendations for improving the PWS. We welcome your participation to make this acquisition effective and efficient. This SSS does not constitute a Request for Proposal (RFP), a commitment to issue an RFP in the future, or award a contract for these services. Respondents are advised that the U.S. Government will not pay or reimburse costs for any information provided in response to this SSS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c21a2c7c3a7a45f1f973abcdc76c5e3e)
- Place of Performance
- Address: Arlington, VA, Parsippany, NJ, Hershey, PA, Niagara Falls, NY, United States
- Record
- SN04289038-W 20160929/160927234732-c21a2c7c3a7a45f1f973abcdc76c5e3e (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 |