Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2023 SAM #8045
SOURCES SOUGHT

V -- Passport/Visa and Courier Services

Notice Date
12/5/2023 1:56:15 PM
 
Notice Type
Sources Sought
 
NAICS
561510 — Travel Agencies
 
Contracting Office
INTERNAL REVENUE SERVICE ANCHORAGE AK 99508 USA
 
ZIP Code
99508
 
Solicitation Number
RFI_2032H324N00005
 
Response Due
12/20/2023 12:00:00 PM
 
Archive Date
12/21/2023
 
Point of Contact
Vivian VanHorn, Phone: 2406137421
 
E-Mail Address
vivian.n.vanhorn@irs.gov
(vivian.n.vanhorn@irs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS REQUEST FOR INFORMATION (RFI) DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSAL NOR A REQUEST FOR QUOTATION, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE AN ORDER / CONTRACT OR OTHERWISE PAY FOR THE INFORMATION REQUESTED. REQUIREMENT The Office of Business Solutions Acquisition (OBSA), Treasury Operations Branch (TOB) is seeking on behalf of The Department of the Treasury, Departmental Offices Travel Office, capability packages from the small business community operating under NAICS Code 561510 -Travel Agent Services that have the knowledge, capability and experience to provide Passport/Visa and Courier Services for the pick-up and delivery of passports, visas, and other documentation to and from various embassies, consulates, federal agencies, and other designated locations within the Washington, DC metro area. The Travel office also requires in office passport and visa consulting services five (5) business days a week to assist with passport and visa applications processing. The scope of the work is to provide all non-personal management, supervision, labor, key personnel, completion of background investigations, documents and procedures, bonds, insurance, safeguards and nondisclosure, equipment, incidentals, supplies, vehicles, and travel and transportation necessary to perform local area, bonded and insured courier (messenger) services, with current photo identification(s), current vehicular registration(s) and license(s). Pick up points are: DO (Treasury, Departmental Offices, 1500 Pennsylvania Avenue, NW, Washington, DC); the State Department Special Issuance Agency (SIA) and local embassies in the Washington, DC, metropolitan area. In most cases, the courier will pick up documents at one of the two Treasury locations near the White House, take the documents to the SIA or Embassy and, at a later date, pick up passports and/or visas. Contractor shall confirm pick-up and delivery location addresses with the Treasury point of contact. The contractor will keep logs of documents delivered to embassies and other destinations and shall then, based on these logs, pick-up the completed documentation from the SIA or embassy and return to the designated government agency to minimize turnaround time and delays. The contractor will incur the cost of any expedited visa processing fees at the embassies and then pass these charges through to the government at no additional cost. The contractor shall provide a passport/visa specialist to be onsite at DO for a minimum of three (3) hours per day to assist Treasury employees with the completion of passport and visa applications and preparation of the passport and visa package for delivery to the SIA or embassies. The capability package should be tailored to this notice and specifically address the company's technical capabilities to provide the services outlined above and the company's experience within the last three (3) years.� Additionally, the response must include past performance information on Government (including GSA or other GWAC) and non-government contracts and the dates those contracts were held.� The capability shall not include a price quote but may include the company�s publicly available commercial pricing schedule for above services. If a published price list is provided, it is requested the capability package include the internet address of origin for its� published pricing information. The cover letter submitted in response to this notice should include: 1. Company name, address, point of contact, telephone number, fax number, email address; 2. SAM Unique Entity Identity number (uei); 3. Socioeconomic status of the company, i.e., 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, and/or service-disabled veteran-owned small business, etc.; and 4. (Optional) Commercial published pricing internet address. All responsible sources may express their interest and provide capability statements in response to this notice. The deadline for submitting capability statements in response to the RFI is Wednesday, December 20, 2023, by 3:00pm EST. DO NOT SUBMIT A PROPOSAL/QUOTATION AS YOUR RESPONSE THIS INFORMATION IS BEING REQUESTED FOR PURPOSES OF MARKET RESEARCH ONLY. �The Government will use this information to develop a list of potential bidders. Questions concerning this Sources Sought should be submitted to Vivian VanHorn before the due date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5054047f9424d44b7fb01ed9d4fe01c/view)
 
Place of Performance
Address: Washington, DC 20220, USA
Zip Code: 20220
Country: USA
 
Record
SN06903487-F 20231207/231205230053 (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.