Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SOLICITATION NOTICE

V -- Travel Management Services for AAFES NEXCOM - 18-233-SOL-00420 PRESOLICITATION NOTICE

Notice Date
5/16/2018
 
Notice Type
Presolicitation
 
NAICS
561510 — Travel Agencies
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-233-SOL-00420
 
Archive Date
5/16/2019
 
Point of Contact
Michael Glimp, Phone: 7032599333, Joseph Warby, Phone: 8015243447
 
E-Mail Address
michael.glimp@psc.hhs.gov, joseph.warby@psc.hhs.gov
(michael.glimp@psc.hhs.gov, joseph.warby@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
18-233-SOL-00420 PRESOLICITATION NOTICE The Department of Health and Human Services (HHS), Program Support Center (PSC) is issuing this solicitation for the purpose of entering into a Blanket Purchase Agreement (BPA). PSC will conduct this acquisition using Subpart 13 under the Federal Acquisition Regulation. This requirement is for the Defense Travel Management Office (DTMO). PSC intends to issue the RFP on or around 23 MAY 2018. This is a Pre-solicitation notice, thus no proposals are currently being requested and should not be submitted at this time. Anticipated Contract Type: Blanket Purchase Agreement Basis for Award: Best Value Period of Performance: Five (5) year Base Socio Economic: Full and Open North American Industry Classification System (NAICS) code: 561510, Travel Agencies Small Business Size Standard: 1,000 employees Product Service Code (PSC): V999, Transportation/Travel/Relocation- Other Solicitation Number: The solicitation is anticipated to be issued on www.fbo.gov under 18-233-SOL-00133. The services are currently being provided under contract HHSP233201600036I. The incumbent contractor is Omega World Travel, Inc. Contractor performance shall be in support of all designated facilities throughout the DoD in the contiguous United States (CONUS) and for sites outside the contiguous United States (OCONUS) for Army and Air Force Exchange Services (AAFES) and Navy Exchange Service Command (NEXCOM). The contractor shall provide TMC and travel related service support for official travel activities for authorized DoD travelers. The Contractor shall support reservations made using DoD OBT. The contractor shall perform all tasks in accordance with the Performance Work Statement (PWS), in the event that local business rules conflict with PWS requirements, the PWS will take precedence. Provide Travel Management Services to satisfy urgent/emergency and short-notice requirements. Travel services shall support contingencies, national emergencies, accident investigations, aircraft recovery teams, evacuations, rescue operations, civil disturbances, disasters, military peacetime and wartime contingency operations, exercises, personal emergencies, and mass causalities (human remains). It is anticipated that there will be a 90-day transition period between the incumbent and the new vendor if applicable. During the transition process, interviewing agents to hire, sites visits, equipment purchase/delivery, coordination the transfer of phone lines, internet, and negotiating with the incumbent CTO (if applicable) to purchase equipment. Interested parties must be registered in the System for Award Management (SAM) at www.sam.gov prior to award of the contract. The solicitation for this acquisition will be released electronically and documents will be available only on the Federal Business Opportunity website at www.fbo.gov. All changes to the solicitation will be made via modifications posted to www.fbo.gov. It is the offeror's responsibility to monitor the website daily for any posted notices or amendments to the solicitation. The solicitation will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/18-233-SOL-00420/listing.html)
 
Record
SN04923890-W 20180518/180516230717-4dd3eecf4ba7d8f61ac95ae8074acaf3 (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.