SOURCES SOUGHT
R -- W9124J-21-R-DACH Administrative Support Services
- Notice Date
- 10/28/2020 2:08:40 PM
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-21-R-DACH
- Response Due
- 11/12/2020 9:00:00 PM
- Archive Date
- 11/28/2020
- Point of Contact
- Madeline M. Allison, Phone: 2104662231, Angelic Hatcher, Phone: 2104662277
- E-Mail Address
-
madeline.m.allison.civ@mail.mil, angelic.m.hatcher.civ@mail.mil
(madeline.m.allison.civ@mail.mil, angelic.m.hatcher.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- SOLICITATION NUMBER: W9124J-21-R-DACH � NOTICE TYPE: THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Administrative Support for Family Programs, Department of the Army, Chief of Chaplains (DACH), as described in the attached DRAFT Performance Work Statement by supporting the 8(a) small business program. We encourage all 8(a) Business Development Program small businesses concerns to identify their capabilities to meet the requirement at a fair market price �This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �It is the responsibility of potential offerors to monitor beta.sam.gov (Contracting Opportunities) for additional information pertaining to this requirement. The anticipated NAICS code is 561110, �Office Administrative Services� with a business size standard of $8.0 Million. BACKGROUND: The HQDA Office of the Chief of Chaplains received Title X authorization to develop a program that would provide the U.S. Army with a chaplain-led faith-based program designed to assist Army commanders with building and maintaining strong family structures. The result was originally the Strong Bonds Program � a holistic training program designed to develop ready and resilient soldiers and families.� In recent years, the Chaplain Corps has added Chief of Chaplains directed training, Senior Leader Care, and General Officer Readiness events to meet the emerging needs of the force.� All of these programs are supported through a single (separate from this contract requirement) event planning and logistical support contract.� The scope of this contract is to provide administrative support to DACH Family Programs.� The period of performance shall be for one (1) Base Year of 12 months and four (4) 12 month option years. ADDITIONAL INFORMATION- A continuing need is anticipated for the Administrative Program Management Support for the Department of the Army, Chief of Chaplains (DACH), which is currently being fulfilled under current contract # W9124J-19-C-0005. The incumbent contractor is Bestica Inc., 3463 Magic Dr., STE 303, San Antonio Texas 78229, and Cage 68W76.� The Period of Performance is 28 Dec 2017 � 27 Dec 2020.� The Contract Value is $896,104.09. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this sources sought, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous Administrative Support Service as outlined in Part 5 of the PWS, �on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Specifically explain: ����������� a. Identify the staffing approach that you will use to acquire and retain qualified personnel with the necessary skills to ensure all contract tasks are completed on-time and of high quality?� ����������� b. How will you ensure continuity of service when an employee leaves? Indicate your employee turnover ratio as a percentage (number of employees who left each year divided by total number of employees multiplied by 100) for the last three years? 4.� Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., identify by Customer name your sales to non-governmental Customers and contracts, market pricing, catalog pricing, indirect rates to include overhead, fringe and G&A), delivery schedules, customary terms and conditions, warranties, etc. 5. Information regarding whether you consider the NAICS Code 561110, �Office Administrative Services� appropriate for this requirement. If it is not the most appropriate, please provide suggested NAICS that you consider appropriate with rationale as to why you think it�s the best fit. 6.� Identify how the Army can best structure these contract requirements, to include contract type (note proposed contract type in PWS), to facilitate competition by and among small business concerns. 7.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.sam.gov (Contracting Opportunities) notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 8.� Recommendations to improve the approach/draft PWS for acquiring the identified items/services. 9. �Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. 10. Questions for this sources sought shall be submitted on or before 12:00 PM Central Time on 06 November 2020. Government Response will be provided within 5 business days after receipt of all questions. 11. Responses to this sources sought notice shall be submitted on or before 12:00 PM Central Time on 13 November 2020 via email to Madeline M. Allison, Contract Specialist at madeline.m.allison.civ@mail.mil and Angelic Hatcher, Contracting Officer at angelic.m.hatcher.civ@mail.mil. The Government will not return any information submitted in response to this notice. All questions MUST be in writing. In all responses, please reference W9124J-21-R-DACH and Administrative Support for Family Programs in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation currently exists; therefore, do not request a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/125ab82a5a1b401ca9408db7db62b0ec/view)
- Place of Performance
- Address: SC, USA
- Country: USA
- Country: USA
- Record
- SN05840410-F 20201030/201028230152 (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 |