Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2023 SAM #7712
SOURCES SOUGHT

V -- National Guard Bureau (NGB) 30th State Partnership Program Anniversary Celebration Conference Support Services

Notice Date
1/6/2023 8:34:39 AM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L23XSPPC
 
Response Due
1/11/2023 2:00:00 PM
 
Point of Contact
SMSgt James Sheppard, Phone: 9129668437, LTC Jeremy Goldsmith, Phone: 703-604-8124
 
E-Mail Address
james.sheppard12.mil@army.mil, jeremy.m.goldsmith.mil@army.mil
(james.sheppard12.mil@army.mil, jeremy.m.goldsmith.mil@army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Army National Guard Operational Contracting Branch, NGB-AQ, is seeking information on potential sources and industry feedback on the attached Draft Performance Work Statements for 30th State Partnership Program Anniversary Celebration Conference Support Services.� This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing services for multiple locations within the United States in accordance with Department of Defense standards and applicable local, state, and Federal laws. �This is NOT a follow-on effort to an existing contract.� TECHNICAL REQUIREMENTS The Draft Performance Work Statement has all of the information listed in regards to the technical requirements for this effort. �As a reminder, these are drafts and estimates, which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is 721110 - Hotels (except Casino Hotels) and Motels The SBA Size Standard is $40M.� The PSC code is V231.� The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. �The Government has not determined if this will be set-aside for small businesses.� The determination will be made after a review of market research responses.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract and with their local SBA office.� 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 effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.� The Army National Guard anticipates an acquisition for a base and four option years plus the 52.217-8 option of 6 months.� Any information submitted by respondents to this sources sought synopsis is voluntary. �This sources sought notice 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. INSTRUCTIONS: 1. The information below provides a ""Contractor Capability Survey"" to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. �Response format and due date information is specified at the bottom portion of this notice. �Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. �If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. This sources sought inquiry is for all potential vendors. � Questions relative to this market survey should be addressed via email to SMSgt James Sheppard, NGB-AQ-C, at james.sheppard12.mil@army.mil. Part I. Sources Sought: Please provide the following business information for your firm in the following format: Vendor Name/ Cage Code/� Point of Contact: Socio-Economic Status / GSA Contract # Capability [ABC, Inc] Cage:[1FAK4] Name:[John Smith] Phone: [(555)123-4567] Email: [john.smith@abcinc.com] URL: www.abcinc.com 1. [Small Business] 2. [8(a) Certified] 3. [SDVOSB] 4. [WOSB] 5. [ ITES-3S Contract] [Provides all required services with consistent superior past performance ratings. Able to successfully provide surge capacity when required. Substantial operations in every state in Northeast Region.] Please also indicate in this table: � If your company has experience in providing the services anticipated in the attached PWS. � Whether your company has recent sales history to commercial companies. Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. �Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. �Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. �Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention all potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. �Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting. Part II. Request for Information: If possible, please provide answers to the following questions. 1. Are there specific requirements in the documentation that has the effect of limiting competition among potential vendors? 2. Is there anything in the PWS that has the effect of creating duplicative of unnecessary costs to the Government? �Do you have any additional comments on the PWS?� Has the Government fully defined the PWS?� Is there additional information that the vendor requires?� If so, what information is required in order to successfully meet the Government�s need? 3. Based on your experience, are the requested services commercial in nature as defined by FAR 2.101? �If so, why, and are there established catalog or market prices for these services? 4. Are the services commercial in nature?� Has your company provided these services through a commercial contract either to non-Government entities or under a FAR Part 12 acquisition?� 5. What Contract Line Item Numbers (CLINS) types does the contractor expect to see for this acquisition based on the PWS (FFP, COST, T&M)?� Does the contractor anticipate requiring a Cost Type CLIN for any aspect of this acquisition?� If so, please explain.� 6. Does your company have firsthand experience providing same or similar type services? 7. Does your company have ability to adequately staff and maintain personnel to support tasks and deliverables within the PWS?� What are the challenges to hiring/maintaining these personnel? 8. What Rough Order of Magnitude does your company expect for this cost of this requirement?� Approximately how many hours each year and labor categories would be required to maintain the current requirement?� 9. Does your company's facility have a current security plan and program in place that has been approved by the United States Secret Service that accommodates attendance of the President and/or Vice President of the United States? Will your company be able to implement any additional requirements of the United States Secret Service. Does your company have the capability of supporting a security plan to host POTUS and up to 95 Foreign Ministers of Defense? 10. Is your facility able to accommodate up to 900 people? 11. Are you able to provide lodging for up to 400 guests?�� 12. Does your facility provide parking for up to 1,000 vehicles?� The Government estimates that personnel attending this event will have support personnel that will not attend the actual conference, but will be on site.� 13. Are you able to provide 14 break-out session rooms of up to 2,500 sq ft? 14. Does your venue provide seating for a formal event in the evening after the break-out sessions? FY 15. Do you subcontract required services to host events. I.E. catering, linen, and etc? 16. Does your venue have catering services for formal events? If so what is the timeline for scheduling formal dining services? 17.� What Rough Order of Magnitude does your company expect for this cost of this requirement which? Approximately how many hours each year and labor categories would be required to provide the services in the PWS during Fiscal Year 2023 the current requirement? CAPABILITIES PACKAGE: All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. �Any information submitted by respondents to this sources sought synopsis is voluntary. �As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. �The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. �The decision to solicit for a contract shall be solely within the Government's discretion. Additional company capability information is welcome. �However, responses are limited to five pages of information not related to this acquisition. �Responses must be submitted electronically in a Microsoft Word or PDF compatible format to be received no later than (NLT) close of business (COB) 10 January 2023.� Direct all questions concerning this acquisition to SMSgt James Sheppard at the above email address.� Do not contact for information regarding acquisition strategy or regarding the potential solicitation posting date. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads ""Sources Sought � 30th Annual SPP Conference.�� Attachments with files ending in �.zip� or �.exe� are not allowable and files will be stripped and deleted from any emails received by the Government. �Ensure only .pdf, .doc(x), or .xls(x) documents are attached to your email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4eb9b2c9411f4a8c89768d230aacffe9/view)
 
Record
SN06558673-F 20230108/230106230103 (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.