SOLICITATION NOTICE
R -- Sources Sought Announcement for the 2009 Family Advocacy Program (FAP) Worldwide Training Requirement
- Notice Date
- 6/16/2009
- Notice Type
- Presolicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- 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
- W81A70-9103-0001-000
- Response Due
- 6/26/2009
- Archive Date
- 8/25/2009
- Point of Contact
- Regina Y. Foston, 703-428-0425<br />
- E-Mail Address
-
Contracting Center of Excellence, Army Contracting Agency (ACA)
(fostonr@conus.army.mil)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- This sources sought announcement 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 sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at the Hoffman II Building, on behalf of the USA Community and Family Support Center, intends to procure administrative rooms, sleeping rooms, meeting rooms, meals and breaks, and audio visual equipment (see the Statement of Work draft attached) using a HUBZone certified small business set-aside, small business set-aside, or under full and open procedures. All contractor questions must be submitted no later than 22 June 2009 (4:30 PM E.S.T.). If at least two responsible HUBZone certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 26 June 2009 (12:00 PM E.S.T.), the requirement will be solicited as a 100% set-aside for HUBZone certified small business concerns. If two or more HUBZone certified small businesses are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small 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. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a HUBZone, or small business concern in NAICS code 721110 with a size standard of $7.0 Million are encouraged to submit their capability packages. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the Statement of Work (SOW) draft. Capability packages must not exceed 15 pages and must be submitted electronically. Small businesses are to outline their experiences. Areas or tasks where a contractor does not have prior experience should be annotated as such. Please see the following questions: a. Can you provide space to support 250 attendees? b. Can you provide five (5) breakout rooms to support a minimum of fifty (50) people? c. Can you provide audio and video support to each breakout room? d. Can you provide lunch for 250 people in a large ballroom? e. Can you provide snacks for each breakout room twice a day (morning and afternoon)? f. 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 contracts, and brief description of the work performed)? g. Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the SOW? To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement, Ms. Regina Y. Foston. A Firm-Fixed-Price (FFP) contract is anticipated. The anticipated period of performance dates are as follow: 8 August 2009 15 August 2009. The place of performance will be in Louisville, Kentucky. A written Request for Proposal (RFP) will be posted on or about 3 July 2009. The RFP must be retrieved and downloaded from CCEs 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. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Regina Y. Foston (E-mail: FostonR@conus.army.mil) or Donald W. Leath (E-mail: Donald.Leath@hqda.army.mil). Address your inquiries via electronic mail (e-mail). Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W81A70-9103-0001-000/listing.html)
- Record
- SN01845772-W 20090618/090616235124-5cea6a380aa4f07ced7914ae4db8264b (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 |