Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2022 SAM #7543
SOURCES SOUGHT

G -- Religious Program Coordinator

Notice Date
7/24/2022 7:31:44 AM
 
Notice Type
Sources Sought
 
NAICS
813110 — Religious Organizations
 
Contracting Office
W6QM MICC FT LEE FORT LEE VA 23801-1606 USA
 
ZIP Code
23801-1606
 
Solicitation Number
PANMCC-21-P-0000026806
 
Response Due
7/28/2022 1:00:00 PM
 
Point of Contact
Lisa Steed, Magno Orellanaalvarado
 
E-Mail Address
lisa.m.steed.civ@mail.mil, magno.g.orellanaalvarado.civ@army.mil
(lisa.m.steed.civ@mail.mil, magno.g.orellanaalvarado.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Sources Sought Synopsis ������� Religious Program Administrative Services Support� Fort Lee, VA INTRODUCTION The Mission and Installation Contracting Command (MICC) � Fort Lee 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 Religious Program Administrative Support � Fort Lee, VA.� 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 8(a) under SMALL BUSINESSES Program. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at the U.S. Army Garrison Fort Lee Main Post, located in Prince George County, Virginia. 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 Background: The Contractor shall provide program and facilities coordination for: Memorial Chapel, Liberty Chapel, Heritage Chapel, and any other designated locations used to fulfill the CMRP. Memorial Chapel houses Protestant and Catholic Congregations (600 parishioners each week) with 1100 programs each year. It has a total attendance in excess of 90,000. Liberty Chapel houses the Gospel Service (largest congregation on post) and one (contemporary worship) with 750 programs each year: It has a total attendance in excess of 110,000. Heritage Chapel hosts 312 programs each year with a total attendance in excess of 8,000. Other sites utilized by the CMRP are Garrison or Service Unit auditoriums. In accordance with FAR 7.503(e), projects for execution under this Contract do not include any functions to be performed that are inherently Governmental. This determination is made with the assessment that places emphasis on the degree to which conditions and facts restrict the discretionary authority, decision-making responsibility, or accountability of Government officials using Contract services or work products. In accordance with FAR 37.104, this contract shall not be used for performance of personal services. These tasks provided by the customer for execution under this contract do not include functions to be performed that are personal services. REQUIRED CAPABILITIES The Contractor shall provide religious administrative support of the areas specified in Program Background (above). Further detail are provided in the Technical Exhibits 1, 2 and 3 located in the 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, number of employees and revenue for the last three years; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; 3) Relevant past performance not dating back further than three years. 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 813110 - Religious Organization with a Small Business Size Standard of $7,000,000. The Product Service Code is G002. All interested parties must accurately reflect their size and socio-economic status. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A Performance Work Statement (PWS) is attached for review. (Attachment 1).� Technical exhibits are located in PWS 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 4 pm, EST, July 28, 2022. All responses under this Sources Sought Notice must be e-mailed to Lisa M. Steed lisa.m.steed.civ@army.mil and Magno Orellanaalvarado, magno.g.orellanaalvarado.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 your company provide the certifications IAW the PWS? (3.) Can or has your company managed a task of this nature? If so, please provide relevant past experience. (4.) What specific technical skills does your company possess which ensure capability to perform the tasks? (5.) Please note that under a 8(a) 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 PWS 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, UEI number and cage code located in SAM.gov, etc. (7.) Respondents to this notice also must indicate whether they qualify as an 8(a) program. The estimated period of performance consists of a Base year with four option periods with performance commencing in September. 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, Lisa M. Steed, and the Contracting Officer Magno Orellanaalvarado in either Microsoft Word or Portable Document Format (PDF), via email lisa.m.steed.civ@army.mil, magno.g.orellanaalvarado.civ@army.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://sam.gov/opp/cfb8a2f3d75d4e7791cd19407eea277f/view)
 
Place of Performance
Address: Fort Lee, VA 23801, USA
Zip Code: 23801
Country: USA
 
Record
SN06399856-F 20220726/220724230048 (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.