SOURCES SOUGHT
R -- The Joint Staff (JS), J4, Director of Logistics Conference of Logistics Directors (COLD) 2011
- Notice Date
- 6/16/2011
- Notice Type
- Sources Sought
- Contracting Office
- N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017411S0019
- Response Due
- 7/7/2011
- Archive Date
- 7/22/2011
- Point of Contact
- Beth Hoover, 301-744-6602
- E-Mail Address
-
elizabeth.m.hoover@navy.mil
(elizabeth.m.hoover@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the, Naval Surface Warfare Center, Indian Head Division (NSWC IHD). The purpose of this Sources Sought is to seek the availability and capability of qualified small business concerns, including 8(a) small businesses, Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB) that are interested in and capable of performing the work described herein: The Joint Staff (JS), J4, Director of Logistics hosts the Conference of Logistics Directors (COLD), providing a forum for Combatant Commander J4 s to work with the JS J4 Agency and Service Logisticians to discuss current challenges and opportunities and to develop a strategy for advancing logistics support to the Joint War fighter. The purpose of this requirement is to obtain a conference facility to feed, lodge, provide conference rooms and technical assistance for the JS J4 Lieutenant General sponsored 2011 COLD. The conference facility shall host a four-day, three night period for 45 overnight guests/attendees and 15 day attendees for a total of 60 conference participants. It is anticipated the COLD will start at 0800 on 03 October and end at 1200 on 06 October 2011. Dinner and lodging shall also be provided for the maximum of three advance party members arriving on 02 October 2010 at approximately 1600. Specific requirements for the conference facility are: Must be located outside the Washington, D.C. commuting area as referenced in Department of Defense (DoD) 4515.14 December 29, 1998, Certified Current as Of November 21, 2003, but no further than 125 miles from the Pentagon. The setting must be sequestered to keep interruptions to a minimum; Must be a Conference Center that meets the standards for executive level conferences as established by the International Association of Conference Centers (IACC) North America or other equivalent organization; Must have experience hosting Government sponsored conferences to include joint lodging and meals, transportation, and demonstrated ability to register conference attendees; Must have conference rooms with electronic/automated computer-run projectors with a computer hosting Windows XP (or equivalent), overhead audio-visual support, Windows XP-based computers with Microsoft Word/Power Point/Excel/Access/Visio/Project, the ability to access the Internet and Outlook or Outlook Express electronic mail capability, and networked printer accessibility during the extent of the conference; Must have break-out rooms with dedicated phone access, computer connectivity, display capability, and office supplies including: chart paper, an easel, and writing utensils; Must have a dedicated administrative room to accommodate 10 conference facilitators during the extent of the conference. The administrative room shall have 24 hour access for the Government technical points of contact. The administrative room shall include two computers with CD/DVD ROM read-write capabilities loaded with Microsoft Office and internet access, two additional T1 drops for internet connection and a laser color printer. The Government will provide the copier paper; Must be able to provide light refreshments during the conference work days and breakfast, lunch, and dinner on days to be specified in the solicitation; and Must have a helicopter landing pad or area for helicopter landing for arrival and departure of high level/high ranking attendees. Capability statements must specify the offeror's business size and type, and demonstrate similar work that has been performed in the past. Capability statements should also clearly demonstrate the offeror's ability to fully meet the requirements specified above, including the security requirements. This is not a request for proposals. The intention of this announcement is to survey the market for potential offerors. Questions regarding this requirement must be submitted by email and directed to Beth Hoover at Elizabeth.m.hoover@navy.mil. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 15 single-sided pages presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concerns name and address). Responses will be reviewed only by NSWC IHD personnel and will be held in a confidential manner. In the event a solicitation is issued, NAICS code 721110 with a size standard of $30 million is being considered. The prime vendor must have the capability to perform at least 50% of the total effort. A copy of the capability statement must be received at the address identified in this synopsis no later than close of business on7 July 2011. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. All contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017411S0019/listing.html)
- Record
- SN02474737-W 20110618/110616234715-7d23cb3e78c537d2dd9f31cd48e949ec (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 |