Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2021 SAM #7328
SOURCES SOUGHT

G -- Religious Services Music Director

Notice Date
12/22/2021 1:50:43 PM
 
Notice Type
Sources Sought
 
NAICS
711320 — Promoters of Performing Arts, Sports, and Similar Events without Facilities
 
Contracting Office
W6QM MICC-FT LEAVENWORTH FT LEAVENWORTH KS 66027-1391 USA
 
ZIP Code
66027-1391
 
Solicitation Number
W91QF4-22-R-0007
 
Response Due
1/20/2022 11:00:00 AM
 
Point of Contact
Larissa Brown, Phone: 9136841622, Fax: 9136841610, Adana Quanshau, Phone: 9136841633
 
E-Mail Address
larissa.a.brown2.civ@army.mil, adana.p.quanshau.civ@army.mil
(larissa.a.brown2.civ@army.mil, adana.p.quanshau.civ@army.mil)
 
Description
SOURCES SOUGHT: �Religious Musical Director Services INTRODUCTION The Mission and Installation Contracting Command, Fort Leavenworth, KS 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 Catholic and General Protestant Music Director Services and Protestant (Gospel, Liturgical, and Episcopal) Musician Services in support of military religious and worship activities. 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: Fort Leavenworth, Kansas 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 This is a Non-Personal Services Contract in support of the Fort Leavenworth Religious Support Office (RSO). The Contractor shall provide support for those services for which no Unit Ministry Team (UMT) members (Chaplains and Religious Affairs Specialists), RSO Department of the Army (DA) Civilians and volunteers can provide. The contract cannot duplicate duties required or provided by these entities as contracted services are an exception to policy. This contract is not a fulltime position with a standard 9:00 AM to 5:00 PM, Monday through Friday-type work environment. Workdays and hours may vary; many of the tasks will require holiday, evening, and weekend hours. REQUIRED CAPABILITIES The Contractor shall provide Catholic and General Protestant Music Director Services and Protestant (Gospel, Liturgical, and Episcopal) Musician 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. 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 711320 Promoters/ Organizers/ Managers of Performing Arts without Facilities with a Small Business Size Standard of $16.5 million. The Product Service Code is G099. 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 1 pm, Central Time, 20 January 2022. All responses under this Sources Sought Notice must be e-mailed to larissa.a.brown2.civ@army.mil 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.) Provide a statement including current small/large business status and company profile to include Cage Code and DUNs number, etc. 4.) 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. The estimated period of performance consists of one (1) base year with four (4) option years with performance commencing in June 2022. 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. 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. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist Larissa Brown, in either Microsoft Word or Portable Document Format (PDF), via email at larissa.a.brown2.civ@army.mil 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://sam.gov/opp/6c1a6186fea94cdcb4e7a0b4f626827d/view)
 
Place of Performance
Address: 66027, USA
Zip Code: 66027
Country: USA
 
Record
SN06204082-F 20211224/211222230114 (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 |
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.