Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOURCES SOUGHT

R -- Sources Sought

Notice Date
2/7/2011
 
Notice Type
Sources Sought
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11RXXZZ
 
Response Due
2/20/2011
 
Archive Date
4/21/2011
 
Point of Contact
Charles Williamson, 3097827690
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(charles.williamson2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes. This announcement does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this RFI are required via E-MAIL to charles.williamson2@us.army.mil. The Government will not pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The purpose of this RFI is to conduct market research to determine the market availability of contractors available to provide a civilian solution to personnel accounting and personnel movement coordination support throughout the Combined Joint Operating Area - Afghanistan (CJOA-A) in support of Operation Enduring Freedom (OEF). This includes coordination of movement for reception, replacements, returns-to-duty, rest and recuperation (R&R), and redeployment of personnel entering, transiting, or exiting the theater via the two major Air Field Aerial Ports of Debarkation/Embarkation (APODs) as well as through four other locations. These teams will be responsible for accountability of all U.S. military personnel, DoD civilians and U.S. contractors using the Tactical Personnel System (TPS) to create flight manifests and uploading information to the Deployed Theater Accountability Software (DTAS). The contract requires six dedicated and customer-service focused Personnel Accountability Teams (PATs) to accomplish four important missions in support of the Global War on Terrorism and Operation Enduring Freedom: 1. Provide personnel accountability for all US personnel arriving and departing from theater Air Field APODs. 2. Conduct R&R support for US forces at Bagram Air Field (BAF) and Kandahar Air Field (KAF). 3. Assist with billeting and dining for all U.S. personnel in transit. 4. Assist arriving personnel with follow-on ground transportation to their final destination where applicable. In order to determine the market availability, the Government requests that interested vendors send an e-mail requesting the DRAFT Statement of Work (SOW). Further to this, the Government requests that interested parties submit samples of media instructional materials produced by their company. Responses to this notice shall include the following: (1) company name (2) address (3) point of contact (4) phone, fax, and email (5) DUNS number and Cage Code (6) a capability statement (not exceeding 2 pages) that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses adequate functional area expertise and the relevant experience necessary to successfully provide the interactive multimedia Job Performance Aids (JPAs) (7) evidence of experience doing the same type of work. All interested respondents should submit information and any questions by e-mail no later than 2:00 PM Central Standard Time (CST) on February 20, 2011 to: Charles.williamson2@us.army.mil and Kathy.Warner@u.army.mil RICC Attn: Charles Williamson/ Kathy Warner, Bldg 60 - 2nd Floor NW, Rock Island, IL 61299. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR) (CCR is located on the web at www.ccr.gov). This is for MARKET RESEARCH purposes only. The Government does not commit to providing a response to any information submitted, comment or questions received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/115fa9cb6263b1c9e77da1b746d57c3d)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02374581-W 20110209/110207234331-115fa9cb6263b1c9e77da1b746d57c3d (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 |
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.