MODIFICATION
V -- DTMO Travel Management Company (TMC) Services for Travel Area-3 - Amendment 2 - Revised Attachments
- Notice Date
- 9/27/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561510
— Travel Agencies
- Contracting Office
- Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 06J25-01, Alexandria, Virginia, 22350-1300, United States
- ZIP Code
- 22350-1300
- Solicitation Number
- H9821018R0035
- Response Due
- 10/1/2018 11:00:00 AM
- Point of Contact
- George S. Tamayo, , Darryl D. Barnes,
- E-Mail Address
-
george.s.tamayo.civ@mail.mil, Darryl.D.Barnes4.civ@mail.mil
(george.s.tamayo.civ@mail.mil, Darryl.D.Barnes4.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment E; MSF Pricing Sheet (FOR MSF RATES) Attachment D; POS Pricing Sheet Attachment 8; CTO/TMC Orientation and User's Guide Attachment 7; GATES Instructions Attachment 6; PNR Validation Config. Attachment 4; Definitions and Acronyms Attachment 3; Historical Workload Data Amendment 0002; includes Q&As, revised PWS, revised Instructions to the Offerors, and revised Evaluation Criteria. This solicitation has been amended. See amendment 0002. Proposal submissions in response to this solicitation must be received no later than 11:00 a.m. Eastern on 11 October 2018. No Follow-up questions will be accepted. DTMO Travel Management Company (TMC) Services for Travel Area-3 THIS ANNOUNCEMENT IS A SOLICITATION. This Government has issued a Request For Proposals (RFP) under RFP #H9821018R0035. This solicitation for DoD Travel Management Company (TMC) Services for the new Travel Area-3 is utilizing a 100 percent Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code is 561510, Travel Agencies. The Government intends to award a single Firm Fixed Price (FFP) contract using procedures in FAR 12 Acquisition of Commercial Items, and FAR 15 Contracting by Negotiation for award of one contract. NOTE: In accordance with FAR 4.1102 and FAR 52.204-7, entitled "System for Award Management", Prospective contractors shall be registered in System for Award Management (SAM) database prior to award of a contract. Recommend registering immediately at https://www.sam.gov in order to be eligible for a timely award. NOTICE TO OFFEROR(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. See FBO links for Attachments 1-9. Attachments A-C are located within the Request For Proposal. See FBO links for Attachments D-F. This supersedes the presolicitation notice under the same number. Requiring Activity: Defense Travel Management Office 4800 Mark Center Drive, Alexandria, VA 22350 https://www.defensetravel.dod.mil/site/about.cfm Description/Requirement The contractor shall provide all necessary personnel, equipment, facilities, licenses, materials, supplies, and services (except where specified in the PWS) and shall do all the things necessary for or incident to the performance of the work as set forth below: Contractor performance shall be in support of all designated DoD facilities for the United States Air Force and Army Locations in ) Travel Area Three (3): Altus AFB, OK, Columbus AFB, MS, JB San Antonio-Fort. Sam Houston, TX, Goodfellow AFB, TX, Keesler AFB, MS, JB San Antonio-Lackland AFB, TX, Laughlin AFB, TX, Luke AFB, TX, Maxwell AFB, AL, JB San Antonio-Randolph AFB, TX, Sheppard AFB, TX, Tyndall AFB, FL, Vance AFB, OK, JB Anacostia-Bolling, DC (Bolling AFB), Cannon AFB, NM, Dyess AFB, TX, Davis-Monthan AFB, AZ, JB Langley-Eustis, VA, Holloman AFB, NM, Hurlburt Field, FL, Moody AFB, GA, Mountain. Home AFB, ID, Nellis AFB, NV, Seymour Johnson AFB, NC, Shaw AFB, SC, Robins AFB, GA, Hanscom AFB, MA, Eglin AFB, FL, Arnold AFB, TN, Tinker AFB, OK, Hill AFB, UT, Edwards AFB, CA, Kirtland AFB, NM, Rome Labs, NY, JB Charleston AFB, SC, Dover AFB, DE, Fairchild AFB, WA, JB McGuire-Dix-Lakehurst, NJ, (McGuire-Dix) MacDill AFB, FL, Little Rock AFB, AR, JB Lewis-McChord, WA, Scott AFB, IL and Travis AFB, CA. 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 Online Booking Tool (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, along with the support described objectives within the Performance Requirements Summary. Any questions regarding this notice shall be directed to a POC that is listed below. Contact with Government personnel other than the POC listed below by a potential offeror or their employees regarding this acquisition is strictly prohibited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/020ffa88b0636b0a512d2c63352e5557)
- Place of Performance
- Address: See Above., United States
- Record
- SN05108277-W 20180929/180928021029-020ffa88b0636b0a512d2c63352e5557 (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 |