SOURCES SOUGHT
R -- IMAM - Performance Work Statement
- Notice Date
- 10/30/2017
- Notice Type
- Sources Sought
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-18-T-0003
- Archive Date
- 12/5/2017
- Point of Contact
- Ashley Clark,
- E-Mail Address
-
ashley.d.clark26.civ@mail.mil
(ashley.d.clark26.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement IMAM FOR PENTAGON CHAPLAIN W91CRB-18-T-0003 INTRODUCTION The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) on behalf of the Pentagon Chaplains' Office is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for an Commercial, Firm Fixed Price type contract to provide the Pentagon Community a Muslim Worship service. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The Pentagon Chaplains' Office does not have an assigned Muslim Chaplain, therefore we are required under Title 10, to ensure the free exercise of religion. We must provide a contracted Imam for the Muslim Community of the Pentagon. The Muslim service is scheduled for Friday each week. (No service is planned on Federal Holidays). ELIGIBILITY The applicable NAICS code for this requirement is 813110 with a Small Business Size Standard of $7,500,000.00. The Product Service Code is R401. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12 pm, EST, 20 November 2017. All responses under this Sources Sought Notice must be e-mailed to ashley.d.clark26.civ@mail.mil. Please see attached PWS for description of the task required. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9.) Provide your company's General Schedule Administration (GSA) Labor categories that specifically match the Labor categories of the PWS. 10.) Confirm that your company is able to perform the requirements of the PWS under this schedule. 11.) The government estimates $12,000.00 to fund this request for the base year. Is this a reasonable estimate for the services requested in the PWS? Specifics regarding the number of option periods will be provided in the solicitation. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Purchasing Agent, Ashley Clark, in either Microsoft Word or Portable Document Format (PDF), via email ashley.d.clark26.civ@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7fde216266c2a58393382ad0f77a9433)
- Place of Performance
- Address: Washington, District of Columbia, 20310, United States
- Zip Code: 20310
- Zip Code: 20310
- Record
- SN04726268-W 20171101/171030230931-7fde216266c2a58393382ad0f77a9433 (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 |