Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2018 FBO #5952
MODIFICATION

99 -- Solicitation Yellow Ribbon- Philadelphia Pennsylvania - Solicitation 1

Notice Date
3/9/2018
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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-18-Q-1031
 
Archive Date
4/30/2018
 
Point of Contact
Theresa M. Eckstein, Phone: 6095622437
 
E-Mail Address
theresa.m.eckstein.civ@mail.mil
(theresa.m.eckstein.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation W15QKN-18-Q-1031 including PWS PRS Attachment 0002 QASP Attachment 0001 The ACC-NJ is releasing a solicitation to be published in the Federal Business Opportunities (www.fbo.gov), on or about 9 March 2018. The solicitation will result in a FIRMFIXED- PRICE contract with a period of performance of 21-25 March 2018. This pre-solicitation notice is for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. The Army Contracting Command - NJ Fort Dix, New Jersey intends to issue a Request for Quote (RFQ) W15QKN-18-Q-1031 for the Yellow Ribbon Event requirement in the Philadelphia, PA area as specified in the Performance Work Statement (PWS). This requirement is open to both small and large businesses. The contract period consists of 21- 25 March 2018. The associated North American Industry Classification System (NAICS) code is 721110 with a small business size standard of $35 Million. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. No hard copies will be mailed. BROAD DESCRIPTION of WORK: The Contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and non-personal services necessary to perform the listed requirements as defined in the Performance Work Statement (PWS), except for those items specified as government furnished property and services. The Contractor shall perform to the standards of this PWS that includes lodging, meals, and meeting spaces. See attached PWS. The proposed contractor must be registered in the System for Award Management (SAM) prior to awarding of any contract resulting from this solicitation. A contractor can contact SAM by calling 1-866-606-8220 or locate registration information at www.fsd.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through the Wide Area Work Flow website. You can register at https://wawf.eb.mil/ THIS IS A SOURCES SOUGHT SYNOPSIS ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The purpose of this Sources Sought (SS) is to assist Army Contracting Command- New Jersey (Fort Dix) 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 support services throughout the Continental United States (CONUS). The event support includes planning and implementation of Yellow Ribbon Reintegration Program (YRRP) events / workshops to include venue management, planning and administrative services, labor, tools, supplies, equipment, and travel. A draft Performance Work Statement (PWS) is Attachment 001 to this announcement with further details. 2. This SS 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 721110 Hotels (except Casino Hotels) and Motels with size stand standard of $32.5 Million. Requirements includes lodging, meeting rooms, meals, audio/visual, food and beverage, additional support items, security, and parking. Potential attendees range from 350-750. One Indefinite Delivery type award per area is anticipated. Responses should include the following: (1) Reference Sources Sought number, W15QKN-18-Q-1031 (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 three option periods. 3. Respondents are requested to provide a narrative addressing (1) technical capabilities to meet the requirements with specific emphasis on the Tasks in the PWS, (2) potential level of interest in responding to a solicitation as a prime contractor 4. 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. 5. This SS 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 SS. 6. Responses to this SS are to be submitted by email only no later than Wednesday, 07 February 2018 at 0900 (9AM) Eastern Standard Time to Theresa Eckstein at theresa.m.eckstein.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ddcf6073e58e9602282dc4c3a62e4ea)
 
Place of Performance
Address: Philadelphia Pennsylvania, United States
 
Record
SN04849168-W 20180311/180309230942-3ddcf6073e58e9602282dc4c3a62e4ea (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.