Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2022 SAM #7476
SOURCES SOUGHT

G -- JCLC Camp Eagle

Notice Date
5/18/2022 10:42:01 AM
 
Notice Type
Sources Sought
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC22P0000014149
 
Response Due
5/20/2022 10:00:00 AM
 
Archive Date
07/15/2022
 
Point of Contact
Terry D. Phillips, Phone: 5026246859, Samuel M. Henderson, Phone: 5026242206
 
E-Mail Address
terry.d.phillips6.civ@army.mil, Samuel.M.Henderson1.civ@army.mil
(terry.d.phillips6.civ@army.mil, Samuel.M.Henderson1.civ@army.mil)
 
Description
MICC Fort Knox 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 JROTC Cadet Leadership Camp (JCLC) lodging, meals, and facilities 20-26 June 2022. 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 OR PROCURED THROUGH FULL AND OPEN COMPETITION. 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 Contract performance shall be at contractor�s provided facility, which must be located in Virginia within 40 miles of Massanutten Military Academy, Woodstock, VA. If contractor facilities for all areas of performance are not collocated, contractor shall provide transportation between facilities. 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 NOTICE 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). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. PROGRAM BACKGROUND The U.S. Army Cadet Command (USACC) is designated as the proponent for JROTC training. In accordance with these assignments, USACC provides the following: annual JCLC training for JROTC cadets. REQUIRED CAPABILITIES The Contractor shall provide lodging, meals, and training facility services in support of JCLC for Massanutten Military Academy, Woodstock, VA. Further detail is provided in the DRAFT Performance Work Statement (PWS) 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, point of contact (POC) name, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The Government will evaluate market information to ascertain potential market capacity to provide services consistent, in scope and scale, with those described in this notice under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Not Applicable ELIGIBILITY The applicable NAICS code for this requirement is 721214, Recreational and Vacation Camps (except Campgrounds) with a Small Business Size Standard of $8,000,000.00. The Product Service Code is G003, Social � Recreational Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts. ADDITIONAL INFORMATION AND SUBMISSION DETAILS A DRAFT Performance Work Statement (PWS) is attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 1 pm EDT (Fort Knox Local), 20 May 2022. All responses under this Sources Sought Notice must be e-mailed to Terry Phillips at terry.d.phillips6.civ@army.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? 4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS. 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The estimated period of performance consists of a base period with performance 20-26 June 2022. The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Terry Phillips, in either Microsoft Word or Portable Document Format (PDF), via email at terry.d.phillips6.civ@army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17206993152f4132891c4776fc46dc56/view)
 
Place of Performance
Address: Woodstock, VA 22664, USA
Zip Code: 22664
Country: USA
 
Record
SN06331470-F 20220520/220518230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.