Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOURCES SOUGHT

V -- Yellow Ribbon Reintegration Program - Sources Sought Notice

Notice Date
8/26/2016
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-R-1054
 
Archive Date
9/16/2016
 
Point of Contact
Theresa M. Eckstein, Phone: 6095622437, Amy E. Sentner, Phone: 6095625649
 
E-Mail Address
theresa.m.eckstein.civ@mail.mil, amy.sentner.civ@mail.mil
(theresa.m.eckstein.civ@mail.mil, amy.sentner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement THIS IS A SOURCES SOUGHT SYNOPSIS ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The purpose of this Sources Sought Synopsis (SSS) is to assist Army Contracting Command- New Jersey in determining the potential level of interest, adequacy of competition, and technical capabilities within industry to provide support to the 99th Regional Support Command's Yellow Ribbon office with support services throughout the Continental United States (CONUS). The event support includes planning and implementation of Yellow Ribbon Reintegration Program (YRRP) events / workshops to include venue management, planning and administrative services, labor, tools, supplies, equipment, and travel. A draft Performance Work Statement (PWS) is Attachment 001 to this announcement with further details. Attachment 002 is an example of the list of events/locations that may be required for outreach support services. 2. This SSS is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and its supplements to formulate an acquisition strategy for procurement of these critical services. Work to be performed under this firm-fixed type contract will be within the North American Industry Classification System (NAICS) Code 721110 Hotels (except Casino Hotels) and Motels with size stand standard of $32.5 Million. Requirements includes lodging, meeting rooms, meals, audio/visual, food and beverage, additional support items, security, and parking. Potential attendees range from 450-750. One Indefinite Delivery type award per area is anticipated. Responses should include the following: (1) Reference Sources Sought number, W15QKN-16-R-1054 (2) All responses from prospective offerors should include the return email address, firm name, CAGE code, DUNS number, FEMA ID number, mailing address, telephone number and point of contact within the body of the response (3) Size of the business (small or large) and socioeconomic status of the company (i.e. HUBZone small business, EDWOSB, WOSB, 8(a) business, etc.) (4) Statement of capability stating your skills experience, knowledge and equipment required to perform a specified type of work. (5) Type of information required to price out a base plus three option periods. 3. Respondents are requested to provide a narrative addressing (1) technical capabilities to meet the requirements with specific emphasis on the Tasks in the PWS and (2) potential level of interest in responding to a solicitation as a prime contractor. 4. The government encourages submission of any additional comments or recommendations for improving the PWS. We welcome your participation to make this acquisition effective and efficient. 5. This SSS does not constitute a Request for Proposal (RFP), a commitment to issue an RFP in the future, or award a contract for these services. Respondents are advised that the U.S. Government will not pay or reimburse costs for any information provided in response to this SSS. 6. Responses to this SSS are to be submitted by email only no later than Thursday, 1 September 2016 at 0800 (8AM) Eastern Standard Time to Theresa Eckstein at theresa.m.eckstein.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90fd36aa0fed0815a229fe2ee4c5a7f3)
 
Place of Performance
Address: Arlington, VA, Hershey, PA, Niagara Falls, NY, Parsippany, NJ, United States
 
Record
SN04243387-W 20160828/160826235126-90fd36aa0fed0815a229fe2ee4c5a7f3 (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.