MODIFICATION
V -- Defense Travel Management Office AAFES/NEXCOM Travel Services Solicitation
- Notice Date
- 9/29/2017
- Notice Type
- Modification/Amendment
- NAICS
- 561510
— Travel Agencies
- Contracting Office
- Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 17-233-SOL-00582
- Archive Date
- 8/16/2017
- Point of Contact
- Ovidio Gonzalez-Nunez, Phone: 7032599432, Joy T. Penno, Phone: 7032599355
- E-Mail Address
-
ovidio.gonzalez-nunez@psc.hhs.gov, joy.penno@psc.hhs.gov
(ovidio.gonzalez-nunez@psc.hhs.gov, joy.penno@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 9-29-2017 UPDATE: Solicitation Question and Answers still being worked. the Proposal due date will be adjusted once the responses are posted with an anticipated due date of 2 weeks from Q&A posting. Additionally, PLEASE DO NOT SUBMIT HARD-COPYfiles when submitting proposal responses. Solicitation wil be amended to remove HARD-COPY submittal requirement. The Defense Travel Management Office (DTMO), on behalf of the Department of Defense (DoD), requires Travel Management Company (TMC) services where industry vendors provide travel management support for official travel activities of authorized DoD travelers. Industry vendors shall demonstrate ability, knowledge and skills in the areas of: travel authorization; reservation; ticketing; fulfillment; reporting; commercial travel office management; information technology; call center services; global distribution systems; government travel suppliers; and government travel policy (Joint Travel Regulations and the Defense Travel Regulations.) Industry vendors shall ensure that travel management services performed are within policy guidelines, government preferred suppliers are used, unless a valid exception applies, and travel management services provide the Government with an overall best value. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-08-31 12:07:33">Aug 31, 2017 12:07 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-09-29 14:14:25">Sep 29, 2017 2:14 pm Track Changes This requirement is a Full and Open requirement, with a NAICS Code of 561510, and a business size standard of $20.5 million, that will result in a single award IDIQ contract. Offerors are cautioned to address not only the evaluation factors outlined in section 11, but to address all requirements stated throughout the RFP. Attention is directed to the requirements for technical, past performance and business proposals to be submitted in accordance with the following instructions establishing the acceptable minimum requirements for the format and content of proposals. Failure to adhere to these requirements may at the government's discretion exclude an Offeror from consideration for award. The proposal must be prepared in three SEPARATE volumes: Volume I - "Technical Proposal", Volume II - "Past Performance Proposal" and Volume III - "Business Proposal". Each Volume shall be separate and complete in itself so that the evaluation of one may be accomplished independently of the evaluation of the other. An Offeror may not attempt to propose for only part of the requirement. A partial proposal or an alternative proposal will not be considered for award. The RFP number should be included on the front cover of each proposal. All questions/inquiries concerning the solicitation document must be submitted by e-mail (no faxes or telephone calls please) to the Contract Specialist, no later than Friday, 8 September 2017 at 2:00 p.m. Eastern Standard Time. Questions shall be sent electronically via e-mailed to Joy Penno at joy.penno@psc.hhs.gov or Ovidio Gonzalez-Nunez at Ovidio.gonzalez-nunez@psc.hhs.gov. The government's response to the inquiries will be posted on FedBizOpps. Any resulting additions, deletions or changes to the RFP will be made by issuance of a formal amendment. Offerors are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. The government does not intend to extend the due date for proposals. The proposal must be submitted no later than TO BE DETERMINED at 2:00 p.m. Eastern Standard Time. The offeror shall submit (1) Electronic copy of the technical, past performance and business proposals to the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/17-233-SOL-00582/listing.html)
- Record
- SN04701315-W 20171001/170929231859-39b2a99b2c11e4463ea96a068d4ec06c (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 |