Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2014 FBO #4765
MODIFICATION

R -- Air National Guard (ANG) Yellow Ribbon Re-Integration Program

Notice Date
12/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L-15-R-0011SS
 
Response Due
12/10/2014
 
Archive Date
2/7/2015
 
Point of Contact
Danielle L Head, 7036070891
 
E-Mail Address
National Guard Bureau, Environmental/Air Acquisition Division
(danielle.l.head@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Brief Description: The Air National Guard (ANG) Directorate is to provide Airmen and their familes with the resources, referrals, entitlements, benefits and proactive outreach opportunities throughout the three deployment phases (before, during, after). Over the past several years, the ANG YRRP has evolved to meet emerging needs resulting from frequent deployments and served as the hub of an expanding network of Service Providers. The current ANG YRRP can also serve as a model for a flexible, geo-dispersed support and services model that can provide reintegration and transition assistance, promote resilience and enhance the ANG's relationship enrichment program. Specifically, the ANG will provide designated contract support to the Air Wings to coordinate, prepare, and execute reunion and reintegration activities. Additionally, the capability to plan, prepare and execute decentralized events will reduce travel and lodging costs while integrating the local service providers who will be supporting our Airmen and Families. The contractor shall have national level management personnel for this requirement to include a Program Manager: Additionally, the Contractor shall identify local support personnel that will be providing support to each of the 54 states and territory's containing 89 ANG Wings. No solicitation is being issued at this time. It is anticipated the contract period of performance will be base year of (12) months and four (4) one (1) year option period. Place of Performance: 54 states and territory's containing 89 ANG Wings The National Guard Bureau (NGB) Operational Contracting Division is conducting market research (sources sought) to determine the availability of qualified sources to provide ANG Yellow Ribbon Reintegration Program support. THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set-aside. The purpose of this quote mark Sources Sought/Market Survey quote mark is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The Government requests interested parties submit a response which shall include a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor prot g relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partner. Capability Packages should clearly address the following: A technical understanding of the development and sustainment of a Yellow Ribbon Reintegration Program designed to plan, prepare and execute decentralized events that will reduce travel and lodging costs while integrating the local service providers to ANG Airmen and Families. Key Personnel: Do the key staff members have experience in Event Coordinating? Past Performance: Do you have specific past performance and experience with Event Coordination and Planning? In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Describe your firms relevant past performance experience within the last three years of Event Management, coordination and planning support? (2) Corporate Experience - Describe your firms work experience similar in nature, scope, complexity, value and difficulty of work in Event Planning and Management? (3) Company size (number of employees)? (4) Company size (annual revenue)? (5) Describe your firm's partnerships/teaming capabilities that would enable you to perform Event Management functions (coordination, planning)? Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it become available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change, the formal version of the PWS will be released with the solicitation on a future date. All potential offers are reminded that in accordance with Federal Acquisition Regulation (FAR) on System for Award Management (SAM) lack of registration in the SAMs will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit the information requested above by 10 December 2014, 12:00 pm EST to danielle.l.head@us.army.mil and angela.k.chang.ctr@mail.mil. Please include company name, address, telephone number, and technical point of contact, brochures/literature. Capability packages must not exceed 15 pages (12 point font with one-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is able capable to provide Event Management Services. All contractor questions must be submitted no later than 12:00PM EDT on 5 December 2014 to the contract specialist, MAJ Danielle L Head at e-mail: danielle.l.head@us.army.mil. Telephone calls regarding this notice will NOT be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED. AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/W9133L-15-R-0011SS/listing.html)
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
 
Record
SN03591242-W 20141211/141209234711-0a2c091c6baa0cd7946b444cb7fa4325 (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 |
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.