SOURCES SOUGHT
R -- CAG Executive Travel Coordinator
- Notice Date
- 4/1/2024 1:25:04 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- 0410 AQ HQ CONTRACT DORAL FL 33172-1202 USA
- ZIP Code
- 33172-1202
- Solicitation Number
- PAN41024P0000000419
- Response Due
- 4/8/2024 8:00:00 AM
- Archive Date
- 04/23/2024
- Point of Contact
- Tonya Johnson, Phone: 3054371993, Sherwin Riley, Phone: 3054371811
- E-Mail Address
-
tonya.k.johnson11.civ@mail.mil, sherwin.d.riley.civ@mail.mil
(tonya.k.johnson11.civ@mail.mil, sherwin.d.riley.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Regional Contracting Office Miami in support of USSOUTHCOM is seeking information on 8(a) Vendors only that can meet this 8(a) requirement of the attached (Draft) Performance Work Statement. This RFI is requested under NAICS 541611. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ). This request for information from and does not commit the Government to contract for any supply or service whatsoever. Further, this Army Agency (RCO Miami) is not at this time seeking quotes and will not accept any unsolicited quotes/proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. The primary scope of work includes all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as CAG Executive Travel Planner (2) Support to U.S. Southern Command (USSOUTHCOM) as defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS).� The contractor shall perform to the standards in this contract. The proposed contract is anticipated to start May 2024 through April 2030 (Base Period), plus four 12-month Option Periods. 8(a) Vendors only are requested to respond to this RFI with a capability statement (white papers). White papers: white paper shall provide administrative information, and shall include the following as a minimum: - Name, mailing address, phone number, and e-mail of designated point of contact. - Business type (8(a))� - Security clearance of the Offeror - Limited to 5 pages explaining Offerors capability in meeting specified requirements within PWS. - Provide previous government contract experiences with work of similar in nature to this requirement by providing contract number, government agency, and period of performance. Submit via e-mail only to both Tonya Johnson at tonya.k.johnson11.civ@mail.mil and Sherwin Riley at sherwin.d.riley.civ@mail.mil by (8 April 2024) by 11:00 am (EST). Any proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. (RFI) ONLY: The information provided in the RFI is subject to change and is not binding. RCO Miami has not made a commitment to procure any of the services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Regional Contracting Office Miami in support of USSOUTHCOM is seeking information on 8(a) Vendors only that can meet this 8(a) requirement of the attached (Draft) Performance Work Statement. This RFI is requested under NAICS 541611. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ). This request for information from and does not commit the Government to contract for any supply or service whatsoever. Further, this Army Agency (RCO Miami) is not at this time seeking quotes and will not accept any unsolicited quotes/proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. The primary scope of work includes all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as CAG Executive Travel Planner (2) Support to U.S. Southern Command (USSOUTHCOM) as defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS).� The contractor shall perform to the standards in this contract. The proposed contract is anticipated to start May 2024 through April 2030 (Base Period), plus four 12-month Option Periods. 8(a) Vendors only are requested to respond to this RFI with a capability statement (white papers). White papers: white paper shall provide administrative information, and shall include the following as a minimum: - Name, mailing address, phone number, and e-mail of designated point of contact. - Business type (8(a))� - Security clearance of the Offeror - Limited to 5 pages explaining Offerors capability in meeting specified requirements within PWS. - Provide previous government contract experiences with work of similar in nature to this requirement by providing contract number, government agency, and period of performance. Submit via e-mail only to both Tonya Johnson at tonya.k.johnson11.civ@mail.mil and Sherwin Riley at sherwin.d.riley.civ@mail.mil by (8 April 2023) by 11:00 am (EST). Any proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. (RFI) ONLY: The information provided in the RFI is subject to change and is not binding. RCO Miami has not made a commitment to procure any of the services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/29521e021fc04b8587c1a07b85f208aa/view)
- Place of Performance
- Address: Doral, FL 33172, USA
- Zip Code: 33172
- Country: USA
- Zip Code: 33172
- Record
- SN07015996-F 20240403/240401230047 (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 |