SOLICITATION NOTICE
V -- Notice of Intent to Sole Source Bridge Contracts for MEPS 100-105 - Notice of Intent
- Notice Date
- 10/6/2014
- Notice Type
- Presolicitation
- NAICS
- 561510
— Travel Agencies
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 14-PSC-MK-NOI-000007
- Archive Date
- 10/17/2014
- Point of Contact
- Margo Katzper,
- E-Mail Address
-
Margo.Katzper@PSC.hhs.gov
(Margo.Katzper@PSC.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 14-PSC-MK-NOI-000007 The Department of Health and Human Services (DHHS), Program Support Center (PSC) on behalf of the Department of Defense (DoD), Defense Travel Management Office (DTMO) intends to negotiate and award six sole source bridge contracts under the authority of FAR 6.302-1, for the Military Entrance Processing Stations (MEPS) 100 - 105 to the following vendors: MEPS 100 - AirTrack Travel Systems Inc, 19 Grant Street, Mount Holly, NJ 08060-1308 MEPS 101 - WingGate Tavel, Inc., 8645 College Blvd., Suite 100, Overland Park, KS 66210-1801 MEPS 102 - Alamo Travel Group, LP, 8930 Wurzbach Road, Suite 100, San Antonio TX 78240-1038 MEPS 103 - Alexander Travel, LTD Inc., 4700 N. University Street, SPC 66, Peoria, IL, 61614-5849 MEPS 104 - Alamo Travel Group, LP, 8930 Wurzbach Road, Suite 100, San Antonio TX 78240-1038 MEPS 105 - WingGate Tavel, Inc., 8645 College Blvd., Suite 100, Overland Park, KS 66210-1801 The Intended procurement is classified under NAICS code 561510 with a Size Standard of $20.5 million. The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-76 (effective August 25, 2014). This acquisition is conducted under the procedures as prescribed in FAR 12-Acquisition of Commercial Items and FAR 15-Contracting by Negotiation at an amount exceeding the simplified acquisition threshold ($150,000). Description The Defense Travel Management Office (DTMO) requires continued support by the incumbents in providing official travel management services for the Military Entrance Processing Stations (MEPS) 100 - 105. Purpose and Objectives The DTMO requires the continuation of official travel management and related additional services on a point of sale basis for Department of Defense (DoD) Military Entrance Processing Stations (MEPS) 100 - 105. These CTO services are to support official travel activities of authorized DoD travelers who are under the authority of the referenced locations. Official travel is travel (e.g., TDY, PCS, evacuation, travel by Reserve Component members, and civilians on invitational travel orders) in connection with official business of the United States Government and performed under orders at the expense of federal appropriated funds. These CTO services shall be provided using both traditional methods and automated methods using the Defense Travel System (DTS) web portal. In accordance with the original Performance Work Statement (PWS) attached. Period of Performance Base period of performance of October 30, 2014 through April 30, 2015, with the potential for up to three, two month options from May 01, 2015 through November 01, 2015. This notice of intent to award a sole source bridge contract is not a request for competitive proposals. However, in accordance with FAR 5.207(c)(15)(ii), all responsible sources that feel they can meet the Government's requirements detailed above and in the attached Performance Work Statement (PWS) may submit a capability statement which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirements within the PWS, and include: the Dun & Bradstreet Number (DUNS), and the Taxpayer Identification Number (TIN). All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be retained as Market Research. All responses must be received by 3:00pm Eastern on October 16, 2014 and must reference number 14-PSC-MK-NOI-00007. Responses shall be submitted electronically to Margo Katzper via email at Margo.Katzper@psc.hhs.gov. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/14-PSC-MK-NOI-000007/listing.html)
- Record
- SN03543406-W 20141008/141006234228-47d81fea7764663bde66ca751e953afb (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 |