Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

U -- Sources Sought for JTF-GTMO Detainee Support Services

Notice Date
8/1/2024 4:46:04 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
0410 AQ HQ CONTRACT FORT SAM HOUSTON TX 78234-5046 USA
 
ZIP Code
78234-5046
 
Solicitation Number
W912CL-24-R-0004
 
Response Due
8/15/2024 11:00:00 AM
 
Archive Date
08/30/2024
 
Point of Contact
Joseph Schwener, Jr., Phone: 2102956679, Fax: 2108089474, Robert Sheridan, Phone: 2108089013, Fax: 2108089474
 
E-Mail Address
joseph.g.schwener.civ@army.mil, robert.l.sheridan10.civ@army.mil
(joseph.g.schwener.civ@army.mil, robert.l.sheridan10.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� The Regional Contracting Command � Americas, 410th Contracting Support Brigade (RCC-A, 410th CSB) is issuing this sources sought notice as a means of conducting market research to identify parties having interest in and the resources to support the requirement for Joint Task Force - Guantanamo Bay (JTF-GTMO) Detainee Support Services. The intention is to procure these services on a competitive basis. 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.� If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought.� This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited.� No funds have been authorized, appropriated or received for this effort.� The information provided may be used by the Contracting Office in developing its acquisition strategy. The anticipated NAICS code(s) is 611430 � Professional and Management Development Training. �This industry comprises establishments primarily engaged in offering an array of short duration courses and seminars for management and professional development. Training for career development may be provided directly to individuals or through employers' training programs, and courses may be customized or modified to meet the special needs of customers. Instruction may be provided in diverse settings, such as the establishment's or client's training facilities, educational institutions, the workplace, or the home, and through diverse means, such as correspondence, television, the Internet, or other electronic and distance-learning methods. The training provided by these establishments may include the use of simulators and simulation methods. The associated size standard is $13 million. BACKGROUND:�The Joint Detention Group (JDG) provides library and entertainment services and educational seminars to ensure the detainees receive mental and intellectual stimulation consistent with the Geneva Conventions. The contractor shall provide all personnel, materials, management, curriculum development, instruction, transportation, office supplies, housing, and supervision necessary to operate the Detainee Library and perform the Detainee Seminar Program. All personnel under this contract must possess and maintain a minimum of SECRET security clearance from the Defense Security Service. The Contractor shall appoint an on-site High Security Technician to perform all library services and seminar instruction within the high security camp(s). The High Security Technician shall possess an adjudicated TOP SECRET Security Clearance and shall have no contact with detainees, nor perform any duties, located within any other camps. The period of performance (PoP) will consist of a 12-month Base Year and four (4) 12-month option years. PREVIOUS CONTRACT:� Presently, sustainment similar to this requirement is provided under�Contract W912CL-19-D-0001, Task Order W912CL-24-F-0019; a continuing need is anticipated for those services required here. DISCLAIMER:�THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. �IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. �RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. �NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. �ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required capabilities and qualifications to support all of the work described in the JDG JTF-GTMO Detainee Programs 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, UEI 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.) in addition, 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 experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 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.� Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services. 6. Information to help determine if the suggested NAICS is considered appropriate for this acquisition. If you believe it is not, suggest a NAICS and explain why it is more appropriate for this type of acquisition. 7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the 410th CSB Advocate for Competition, Mr. Manuel F. Saenz, at manuel.f.saenz.civ@army.mil or 210-295-6035, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the 410th CSB POC information from the SAM.GOV (Contracting Opportunities) notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 8. This documentation must address at a minimum the following items: What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, provide details. What specific technical skills does your company possess which ensure capability to perform the tasks? Please provide examples of past performance along with capability statements to confirm a minimum of 3 years' experience in detainee support services. 9. Questions for this sources sought shall be submitted on or before 1:00 PM Central Time on Thursday, 08 August 2024. Government Response will be provided within 5 business days after receipt of all questions. 10.� All questions MUST be in writing. In all responses, please reference W912CL-24-R-0004. 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 assessment. No telephonic responses will be accepted. No solicitation currently exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in SAM.GOV (Contracting Opportunities). It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. 11. Responses to this sources sought notice shall be submitted on or before 1:00 PM Central Time on Thursday, 15 August 2024 to Mr. Joseph Schwener, Jr., Contract Specialist, e-mail: joseph.g.schwener.civ@army.mil and Mr. Robert Sheridan III, Contracting Officer, e-mail: robert.l.sheridan.civ@army.mil. The Government will not return any information submitted in response to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53013896005742d0a19f5cb69d9e2ef1/view)
 
Place of Performance
Address: Naval Station Guantanamo Bay, CU-14 09593, CUB
Zip Code: 09593
Country: CUB
 
Record
SN07153851-F 20240803/240801230158 (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.