SOLICITATION NOTICE
U -- Facilitators and Escort Services for Casualty and Mortuary Affairs Operations Center
- Notice Date
- 3/22/2009
- Notice Type
- Presolicitation
- NAICS
- 812990
— All Other Personal Services
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW09SS03222009
- Response Due
- 4/6/2009
- Archive Date
- 6/5/2009
- Point of Contact
- Toye Y. Latimore, 703-428-0402<br />
- Small Business Set-Aside
- N/A
- Description
- This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence on behalf of the Casualty and Mortuary Affairs Operations Center, intends to procure escort and facilitator services as a small business and or hub-zone set-aside or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Only small businesses and hub-zone businesses are to submit capability packages. Interested small and hub-zone businesses that are certified and qualified as a small business or hub-zone business concern in NAICS code 812990 with a size standard of $7 Million are encouraged to submit their capability packages. Capability packages must not exceed 50 pages and must be submitted electronically. Small business and hub-zone businesses are to outline their experiences in the following areas: Facilitation services, escort services, hospital liaison services, family assistance, meeting and greeting family members upon arrival at airport, and assisting family members arriving and departing from the bedside of wounded soldiers. Areas or tasks where a contractor does not have prior experience should be annotated as such. NOTE: The following questions must be addressed in each capability package. 1. Financial Capability-Does your firm have the financial capability to withstand a negative cash flow? 2. Past Performance- Does your firm have the relevant past performance within the last three years (include contract numbers, contract type, dollar value of each procurement, point of contacts, and brief description of the work performed)? 3. Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity and difficulty of work as outlined above? If at least two responsible small and or hub-zone business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by April 6, 2009, the requirement will be solicited as a 100% set-aside for small and or hub-zone business concerns. If capability packages are not received from at least two responsible small business or hub-zone businesses by the response date or if the Government determines that no small or hub-zone businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested small and hub-zone businesses for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement (Toye Latimore, Contracting Officer, Email: toye.y.latimore@us.army.mil). A firm fixed price contract is anticipated. The anticipated period of performance will be for one 12 month period, (1 year). The place of performance will be Alexandria, Virginia. Contractor personnel will require a SECRET clearance. A written Request for Proposal (RFP) will be posted on or about April 13, 2009. The RFP must be retrieved and downloaded from CCE's homepage at: http://cce.hqda.pentagon.mil/rfp/rfp)1.asp. Select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below by 2:00 P.M. on April 6, 2009. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Toye Y. Latimore, Contracting Officer, Email: toye.y.latimore@us.army.mil. No telephonic inquires will be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90c2d7acca8e035ab8ff156cea072a21&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Hoffman II, Room 11S67 Alexandria VA<br />
- Zip Code: 22332<br />
- Zip Code: 22332<br />
- Record
- SN01774885-W 20090324/090322213107-3641d3627ec185b30c94062dbd2205e4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |