Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2020 SAM #6846
SOURCES SOUGHT

R -- RFI, Event Planning Services for the Yellow Ribbon Reintegration Program

Notice Date
8/25/2020 10:39:29 AM
 
Notice Type
Sources Sought
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
FA6643 AF RESERVE CMD HQ AFRC PK ROBINS AFB GA 31098-1637 USA
 
ZIP Code
31098-1637
 
Solicitation Number
YR_ESP_RFI
 
Response Due
9/3/2020 1:00:00 PM
 
Archive Date
09/18/2020
 
Point of Contact
Rachel May, Phone: 4783271608
 
E-Mail Address
rachel.may.1@us.af.mil
(rachel.may.1@us.af.mil)
 
Description
Request for Information (Not a Notice of Solicitation) The United States Reserve Command, AFRC Contacting Branch, Robins AFB, GA is seeking capabilities packages of potential sources, including small business (SB), small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB),8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), Historically Underutilized Business Zone small business (HUBZONE), and other than small business (OTSB) businesses that are capable of providing Event Planning Services for the Yellow Ribbon Reintegration Program as defined in the attached Performance Work Statement (PWS).� Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance. All interested firms shall submit a response demonstrating their capability to provide these services to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 561920 (Convention and Trade Show Organizer) with a size standard of $12M and the Product and Service Code (PSC) is R499 (Support- Professional: Other). Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, SDB, WOSB, EDWOSB, 8(a), SDVOSB, VOSB, HUBZone). �The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the cost of contract performance incurred for personnel, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, �Limitations of Subcontracting�. Please provide rationale as to how compliance with these limitations would be achieved. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under Limitations of Subcontracting. For example, please provide an approach to an event for 900 attendees and 150 children. �This event will require a general session room, meeting rooms, 20 breakout rooms, 15 childcare rooms, Saturday and Sunday breakfast and Lunch and light refreshments, as well as associated travel.� This approach should include the prime and subcontractor structure and associated business sizes as well as the proposed percentage set aside for small business.� Any information submitted by respondents to this request for information is voluntary. This request for information is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed 15 pages. Responses may be submitted electronically to the following e-mail address: rachel.may.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads ""RFI, Event Planning Services for the Yellow Ribbon Reintegration Program"" If this subject line is not included, the email may not get through email filters at Robins AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. The entire response must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. RESPONSES ARE DUE NOT LATER THAN 3 SEPTEMBER 2020 BY 4:00 PM EST. This is a request for information seeking capability responses, not a solicitation for proposals. Direct all questions concerning this acquisition to Rachel May at rachel.may.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a5ee4886bb074b64b41db0ea8c02787c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05773387-F 20200827/200825230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.