Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
SOURCES SOUGHT

U -- Ex POW Guest Speaker Services

Notice Date
10/6/2017
 
Notice Type
Sources Sought
 
NAICS
923140 — Administration of Veterans' Affairs
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-18-T-XPOW
 
Archive Date
11/4/2017
 
Point of Contact
Jonathan Long, Phone: 9104328697, C Scott Phelps, Phone: 9104326145
 
E-Mail Address
jonathan.long@socom.mil, conway-phelps@soc.mil
(jonathan.long@socom.mil, conway-phelps@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) REFERENCE NUMBER H92239-18-T-XPOW The purpose of this RFI is to provide the industry with the opportunity to identify themselves as interested sources capable of provide guest speaker services with conveying first-hand knowledge of former Prisoners of War. The information sought herein shall not be construed as a request for quote (RFQ) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. REQUIREMENT: The United States Army John F. Kennedy Special Warfare Center and School (USAJFKSWCS) has a requirement for a non-personnel service contract to provide local guest speaker services that convey first-hand knowledge of former Prisoners of War. The former POW's experiences provide a valuable service to students by confirming, based on their actual experience, that the lessons learned during the Survival, Evasion, Resistance and Escape (SERE) course are in fact valid. Requirements are up to 18 speaker sessions per year. Projected Period of Performance (POP) is; Base Year (12 Months Period), and Option Years: Four (4), 12 Months Option Periods. INTERESTED SOURCES CAPABLE OF FULFILLING THIS REQUIREMENT shall submit documentation addressing all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in providing this service should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: 1. No more than a 5 page capability narrative explaining how the local company can meet the numerous session requirements throughout the year and demonstrate how it can convey first-hand knowledge of former POW accounts to SERE students. 2. Company's full name, point of contact, and address; 3. DUNS and CAGE number; 4. Applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute) (Respondents should advise the Government of pending changes in the business size status). Responses shall be submitted electronically via email to jonathan.long@socom.mil and conway-phelps@socom.mil. All responses shall be submitted by 1:00 PM EST on 20 Oct 2017 and shall include reference number H92239-18-T-XPOW in the subject line and submission documents. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-8697. FINAL DETERMINATION: Current market research shows that there is only one local vendor capable of fulfilling the requirement however, it is the Government's intent to include responses to this RFI when making its final determination to negotiate on a sole source basis. Provided no other interested sources with the capability to fulfill this requirement are identified, the U.S. Army Special Operations Command, Fort Bragg, North Carolina intends to negotiate on a sole source basis with the Fayetteville Chapter of the American Ex-Prisoners of War, 1941 Wayne LN, Fayetteville NC 28304-1536 Respondents will NOT be individually notified of the results however, if the final determination results in the verification of a sole source negotiation, the properly redacted Justification and Approval (J&A) will be posted to the FBO site within 14 days of contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-18-T-XPOW/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04708507-W 20171008/171006230618-536f244b3a2f7d2c280df76dacc6d262 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.