Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2024 SAM #8370
SOURCES SOUGHT

R -- FY25 US Air Force Academy Cadet Chapel Support Services

Notice Date
10/25/2024 3:51:04 PM
 
Notice Type
Sources Sought
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FY25_US_Air_Force_Academy_Cadet_Chapel_Support_Services
 
Response Due
11/4/2024 7:00:00 AM
 
Archive Date
11/19/2024
 
Point of Contact
Danielle Hyde
 
E-Mail Address
danielle.hyde.2@us.af.mil
(danielle.hyde.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Notice ID number is FY25_US_Air_Force_Academy_Cadet_Chapel_Support_Services and shall be used to reference any written responses to this source sought. The United States Air Force Academy (USAFA) is conducting market research to determine business size and the competition. The North American Industry Classification Systems (NAICS) Code proposed 561320 � Temporary Help Services. This NAICS has a size standard of $34 million. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Chapel Support Services as defined in this Performance Work Statement. Buddhist Religious Program Leader� Cadet Catholic Religious Education Coordinator The Government anticipates a 12-month base period and three 12-month option periods with an optional 6-month extension of services. All interested firms should submit a written capabilities package. Include in your capabilities package your unique SAM number, Cage Code, System for Award Management expiration date, and any related specifications/drawings, literature, and website address, if available, that clearly demonstrates your firm�s capabilities in providing the minimum salient characteristics. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified services. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: danielle.hyde.2@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 4 November 2024, 8:00 AM (MDT). Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39f17af7f03d43f9b75fd6051550ae0f/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN07249794-F 20241027/241025230101 (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.