SOURCES SOUGHT
99 -- JROTC Magnolia HS JCLC Meals and Lodging
- Notice Date
- 1/23/2020 5:21:27 AM
- Notice Type
- Sources Sought
- NAICS
- 721214
— Recreational and Vacation Camps (except Campgrounds)
- Contracting Office
- W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
- ZIP Code
- 40121-5000
- Solicitation Number
- PANMCC-20-P-0000004831
- Response Due
- 1/30/2020 8:00:00 AM
- Archive Date
- 02/14/2020
- Point of Contact
- Ranetta M. DeRamos, Phone: 5026243196, Gloria R. Ritter, Phone: 5026243710
- E-Mail Address
-
ranetta.m.deramos.civ@mail.mil, gloria.r.ritter.civ@mail.mil
(ranetta.m.deramos.civ@mail.mil, gloria.r.ritter.civ@mail.mil)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The MICC Fort Knox, KY 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 to provide facilities, lodging, logistical support, meals, training areas, and training activities for the attendees of the 8th Brigade, United States Army Cadet Command (USACC), Magnolia High School Junior Reserve Officer Training Corps (JROTC) annual JROTC Cadet Leadership Challenge (JCLC) The intention is to procure these services on a competitive basis 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, and multiple awards MAY be made. 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. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor Orange, CA 92869 0% 100% 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 United States Army Cadet Command/Junior Reserve Officer Training Corps (JROTC), is designated the JROTC Cadet Leadership Challenge (JCLC) to be an annual requirement. The annual JROTC Cadet Leadership Challenge is a four day event held annually with the purpose of increasing the potential in JROTC cadets to become leaders in their school and community.� Additionally, the camp provides cadets an opportunity to live with and interact with cadets from other schools; provides an opportunity for physical fitness and citizenship exercises in an unfamiliar environment; and provides a recreation and other activities not normally available to the cadets. REQUIRED CAPABILITIES The Contractor shall provide adequate facilities, lodging, logistical support, meals, training areas, and training activities for the establishment of a JROTC Cadet Leadership Challenge (JCLC).� This will last a total of four days and three nights with a total of 150 Cadets and 18 adults/instructors attending the training services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 721214 with a Small Business Size Standard of $8,000,000.00. The Product Service Code is U008. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The estimated period of performance consists of a total of four days and three nights with performance commencing in February 2020. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price. 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. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ranetta M. DeRamos, in either Microsoft Word or Portable Document Format (PDF), via email ranetta.m.deramos.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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2cd055004ec04d6f894ac4dd3442defb/view)
- Place of Performance
- Address: Orange, CA 92869, USA
- Zip Code: 92869
- Country: USA
- Zip Code: 92869
- Record
- SN05542393-F 20200125/200123230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |