Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2024 SAM #8156
SOURCES SOUGHT

G -- Hillsborough County Schools JROTC, JCLC Camp Panther

Notice Date
3/25/2024 6:05:32 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
PANMCC24P0000-008176
 
Response Due
3/27/2024 8:00:00 AM
 
Archive Date
07/15/2024
 
Point of Contact
Cara Johnson, Richard Torres
 
E-Mail Address
cara.j.johnson.civ@army.mil, richard.j.torres.civ@army.mil
(cara.j.johnson.civ@army.mil, richard.j.torres.civ@army.mil)
 
Description
Hillsborough County High Schools JCLC This is a Sources Sought Notice ONLY. MICC Fort Knox 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 co-located facilities for, lodging, logistical support, meals, training areas, and training activities Hillsborough County High Schools JROTC Camp Panther for two (2) cycles. Cycle 1: 3-6 June 2024 with a maximum of 380 Cadets and 70 cadre members and Cycle 2: 10-13 June 2024 with a maximum of 400 Cadets and 70 cadre members, at a location provided by the contractor that are co-located. The JCLC will take place at a location within 75 Miles of Hillsborough County, Florida.� The Contractor shall furnish all the equipment and material required for the meals and training activities that will take place during Hillsborough County High Schools JCLC. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. 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 Facilities must be co-located and within 75 miles of Hillsborough County, Florida. 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. RESPONSES 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 INFORMATION PERTAINING TO THIS REQUIREMENT."" PROGRAM BACKGROUND The Army JROTC program has an annual training requirement which the contractor provides all associated support requirements for Camp Panther. The contractor provides trained staff to conduct training, billeting, of cadets and cadre, dining facility, and training areas for orienteering, land navigation, archery, and other JCLC related events. REQUIRED CAPABILITIES: The contractor shall furnish facilities, furniture, equipment, supplies, management, supervision, and labor to provide co-located facilities, lodging accommodations, and meal service, as specified IAW the PWS, for Hillsborough County High Schools JROTC Camp Panther for two (2) cycles. Cycle 1: 3-6 June 2024 with a maximum of 380 Cadets and 70 cadre members and Cycle 2: 10-13 June 2024 with a maximum of 400 Cadets and 70 cadre members, at a location provided by the contractor. �The contractor shall provide services in accordance with the terms, conditions and specifications set forth in the attached PWS. 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. SPECIAL REQUIREMENTS Facilities, lodging, and dining shall be co-located within 75 miles of Hillsborough County, Florida ELIGIBILITY The applicable NAICS code for this requirement is 721214 � Recreational and Vacation Camps with a Small Business Size Standard of $9 Million. The Product Service Code is PSC G003 Social - Recreational. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All WOSB firms need to take action in WOSB.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts. 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 11 pitch. The deadline for response to this request is no later than 11:00 am, Eastern Time (Fort Knox Local), 27 March 2024. All responses under this Sources Sought Notice must be e-mailed to Cara Johnson at cara.j.johnson.civ@army.mil Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Cara Johnson, in either Microsoft Word or Portable Document Format (PDF), via email at cara.j.johnson.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.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business 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 PBSOW 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, CAGE number, etc. 7.) 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. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of Three days from 3 June 2024 to 13 June 2024. 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/d14e84d1728c47e08fe0b2711487b06c/view)
 
Place of Performance
Address: Tampa, FL, USA
Country: USA
 
Record
SN07008298-F 20240327/240325230056 (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.