Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOURCES SOUGHT

G -- Roman Catholic Youth Minister - PWS Roman Catholic Youth Worker

Notice Date
8/29/2018
 
Notice Type
Sources Sought
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 36000 Darnall Loop, Room 1300B, Fort Hood, Texas, 76544-5095, United States
 
ZIP Code
76544-5095
 
Solicitation Number
W91151-18-Q-0239
 
Point of Contact
Patsy P. Autmon, Phone: 2542873808
 
E-Mail Address
patsy.p.autmon.civ@mail.mil
(patsy.p.autmon.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement for Roman Catholic Youth Worker SOURCES SOUGHT SYNOPSIS Roman Catholic Youth Minister The Mission & Installation Contracting Command, Fort Hood, TX is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for The Garrison Chaplain Office at Fort Hood has the requirement to provide all necessary personnel, management, and services to perform the Roman Catholic Youth Ministry Services functions. These functions consist of planning, preparing, conducting special events, retreat programs, and other outreach activities for Middle and High School students. The contract awarded in response to this requirement will enable the Garrison Chaplain Office to continue to support the Fort Hood Roman Catholic Community and to promote spiritual growth within the Fort Hood communities. The intention is to procure these services on a competitive basis BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location % On-Site Government Fort Hood, Texas 100% DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) AT THE FEDERAL BUSINESS OPPORTUNITY (FedBizOpps). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." REQUIRED CAPABILITIES The Contractor shall provide planning, preparing, conducting special events, retreat programs, and other outreach activities for Middle and High School students in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. The applicable NAICS code for this requirement is 813110 with a Small Business Size Standard of $7,500,000.00. The Product Service Code is G002. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. The estimated period of performance consists of a base year with four one-year option periods with performance commencing in September 2018. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm-Fixed Price. 8. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ms. Patsy Autmon, in either Microsoft Word or Portable Document Format (PDF), via email at patsy.p.autmon.civ@mail.mil and the Contracting Officer, SSG Lucinda S. Archer at lucinda.s.archer.mil@mail.mil. Responses are due in this office no later than 2:00 p.m. CST on 6 September 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4166caf6a2ac1eb1dc7b0ddfc21e1d8e)
 
Place of Performance
Address: Fort Hood, TX, Fort Hood, Texas, 76544, United States
Zip Code: 76544
 
Record
SN05063010-W 20180831/180829231804-4166caf6a2ac1eb1dc7b0ddfc21e1d8e (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.