Yellow Ribbon Reintegration Program (YRRP) Event - Seattle, WA

expired opportunity(Expired)
From: Federal Government(Federal)
W911SA24Q3108

Basic Details

started - 23 Apr, 2024 (10 days ago)

Start Date

23 Apr, 2024 (10 days ago)
due - 26 Apr, 2024 (7 days ago)

Due Date

26 Apr, 2024 (7 days ago)
Bid Notification

Type

Bid Notification
W911SA24Q3108

Identifier

W911SA24Q3108
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710914)DEPT OF THE ARMY (133370)AMC (72711)ACC (75095)MISSION & INSTALLATION CONTRACTING COMMAND (25863)419TH CSB (14442)W6QM MICC FT MCCOY (RC) (1500)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICETHIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command, Fort McCoy, WI 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 Yellow Ribbon Reintegration Program (YRRP) Event. The intention is to procure these services on a competitive basis. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside.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.Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. We encourage all large and small
businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.The anticipated NAICS code(s) is 721110 – Hotels (except Casino Hotels) and Motels with a size standard of $40.0 Million. The Product Service Code is V231. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.The estimated period of performance is: June 12, 2024 to June 16, 2024.Attached is the draft Performance Work Statement (PWS).The deadline for response to this request is no later than 10:00AM CST, April 26, 2024. All responses under this Sources Sought Notice must be e-mailed to Ms. Deena Murphy at deena.l.murphy.civ@army.mil . No phone calls will be accepted.All questions must be submitted to the email address 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.In response to this sources sought, please provide:1. Solicitation Number in the subject line of the email (W911SA24Q3108)2. Company name, point of contact, phone number, email address, SAM unique identifier, 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.3. 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. Please note that FAR 52.219-14 Deviation 2021-O0008 will apply if set-aside as small business.4. 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. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.]5. Information to help determine if the requirement 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.6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.7. 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@army.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 sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Seattle ,
 WA   USALocation

Place Of Performance : N/A

Country : United StatesState : WashingtonCity : Seattle

Office Address : KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET FORT MCCOY , WI 54656-5142 USA

Country : United StatesState : WisconsinCity : Fort McCoy

You may also like

USCG YELLOW RIBBON REINTEGRATION PROGRAM

Due: 05 Sep, 2024 (in 4 months)Agency: U.S. COAST GUARD

Yellow Ribbon Reintegration Program Event - June 2024 - Philadelphia, PA

Due: 09 May, 2024 (in 5 days)Agency: DEPT OF DEFENSE

YELLOW RIBBON REINTEGRATION PROGRAM SUPPORT SERVICES

Due: 24 Feb, 2026 (in 22 months)Agency: U.S. COAST GUARD

Classification

naicsCode 721110Hotels (except Casino Hotels) and Motels
pscCode V231Lodging - Hotel/Motel