SPECIAL NOTICE
R -- SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM - FORMERLY ARMY CAREER AND ALUMNI PROGRAM (ACAP) IN SUPPORT OF THE UNITED STATES ARMY HUMAN RESOURCES COMMAND FORT KNOX, KY
- Notice Date
- 7/31/2014
- Notice Type
- Special Notice
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
- ZIP Code
- 40121-5000
- Solicitation Number
- W9124D14R0020
- Archive Date
- 7/31/2015
- Point of Contact
- Catherine Padgett, 502-624-4205
- E-Mail Address
-
MICC Center - Fort Knox
(catherine.l.padgett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Special Notice is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. Included in this notice are: 1. A Draft Performance Work Statement (PWS) for a potential requirement in support of the Soldier for Life Transition Assistance Program (SFL TAP) - formerly Army Career and Alumni Program/ACAP, with attachments; 2. Responses to questions previously received from industry regarding Draft PWS and Solicitation Number W9124D-13-R-0041; 3. Notification of an Industry Day Event; 4. Request for Information (RFI)/Sources Sought Mission and Installation Contracting Command (MICC) Knox is seeking information regarding services required by the Human Resources Command (HRC). The SFL TAP requirement is to provide transition services to Soldiers and meet Career Readiness Standards (CRS), operate established transition locations, and to provide pre-separation and transition assistance counseling and training services. Locations are both Continental United States (CONUS) and Outside Continental United States (OCONUS) and may change based on mission and needs. The Request for Proposal (RFP) and any documents relating to this procurement will be posted on the FedBizOpps (FBO) website at www.fbo.gov on or about 12 November 2014 and will have an approximate 45-day response period. The period of performance will be 16 July 2015 through 15 July 2016, with a 60 day phase-in, 10 month base, and two one-year option periods. Option periods will be exercised at the government's discretion. There will be an opportunity for offerors to submit questions after the solicitation is issued. Answers will be provided by amendment. Amendments, if any, will also be posted to the FBO website. It is the potential offerors responsibility to monitor the FBO site for the release of the final RFP and amendments (if any). Potential offerors are responsible for downloading the solicitation and any amendments. The due date for submission of proposals will be contained in the solicitation. 1. DRAFT PERFORMANCE WORK STATEMENT (PWS): MICC Knox is releasing a draft PWS for the SFL TAP. This draft PWS is not a solicitation and the Government is not requesting proposals. This draft PWS is for planning and information purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. The draft PWS is being provided to industry for receipt of comments only. All requirements documents are preliminary, and the Government reserves the right to make any changes deemed appropriate. 2. RESPONSES TO QUESTIONS: Responses to questions previously submitted from industry regarding W9124D-13-R-0041 (Draft PWS of April 2014 and cancelled solicitation) are included as an attachment to this Special Notice. 3. TAP INDUSTRY DAY EVENT: This is an opportunity for interested potential offerors to attend an Industry Day hosted by MICC Knox and HRC. This session will include an overview of the SFL TAP mission, and will provide an opportunity for contractors to understand requirements and business processes, network with other contractors and build partnering opportunities. The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. Contractors will be afforded the opportunity to briefly meet with the contracting officer following the event. Date and Time: 19 August 2014, 9:00 AM - 3:00 PM Eastern time. This includes briefing and meeting time with the contracting officer. Lunch is not provided. Location: TAP Industry Day Event will be held at Hansen Community Center Facility, 1053 Spearhead Division Road, Fort Knox KY 40121. Directions to the site will be provided to contractors following registration. Registration: Interested contractors MUST register by contacting Cat Padgett, at catherine.l.padgett.civ@mail.mil, and Gloria Ritter at gloria.r.ritter.civ@mail.mil; no later than 2:00 PM Eastern time on Thursday, 14 August 2014. Registration will be by email only and a confirmation will be provided. Please provide the following information when registering: name and address of company, name of each individual attending (limit to a maximum of two per company), an email address for each attendee, and whether or not a meeting with the contracting officer is requested. 4. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Interested contractors are requested to provide a response to this RFI that includes: (1) General contractor information; (2) RFI/Sources Sought Response. The information gained from this RFI will be for Government use and consideration. The Government does not intend to provide written responses to comments submitted. Requested Information: Section 1: General Contractor Information - limited to one page and will include the following: Organization Name, mailing address, name and e-mail address of designated point of contact, Contractor and Government Entity (CAGE) Code and Data Universal Numbering System ( DUNS) Number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB-Zone certified small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541612, with a size standard of $15M. Section 2: Response to RFI. Responses must include Government requested information, followed by the contractor's response. Contractors may respond to as many of the following as appropriate. 1. Provide your company's capability to execute the current draft PWS (attached) in a Firm-Fixed-Price contract vehicle. Definition: A firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. (See Federal Acquisition Regulation (FAR) 16.202) 2. Provide your company's capability to execute the current draft PWS (attached) in a Fixed-Price Incentive contract vehicle. Definition: Fixed-Price Incentive Contract: A fixed-price incentive contract is a fixed-price contract that provides for adjusting profit and establishing the final contract price by application of a formula based on the relationship of total final negotiated cost to total target cost. (See FAR 16.403). 3. Small Business: Provide your company's capability to perform services as defined in the draft PWS as a small business or as part of a joint venture/teaming partner agreement with another small business or a large business. 4. Large Business: Provide your company's capability to perform services as defined in the draft PWS, with opportunities for small business participation identified, or as part of a joint venture/teaming partner agreement with a small business. 5. Contractors are invited to submit written comments regarding the draft PWS. Comments must indicate the page number and section related to the comment. Response Due Date: Comments shall be submitted no later than 12 August 2014, at 2:00 PM Eastern time. Responses shall be submitted electronically via email (only) to gloria.r.ritter.civ@mail.mil, and catherine.l.padgett.civ@mail.mil. All emails should be identified in the subject line: 'SFL TAP RFI, W9124D-14-R-0020'.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9b460439525cb1e566f741991d8f8c76)
- Record
- SN03444417-W 20140802/140731235039-9b460439525cb1e566f741991d8f8c76 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |