DTMO Travel Management Company (TMC) Services for Travel Area-3

expired opportunity(Expired)
From: Federal Government(Federal)
H9821018R0035

Basic Details

started - 27 Sep, 2018 (about 5 years ago)

Start Date

27 Sep, 2018 (about 5 years ago)
due - 11 Oct, 2018 (about 5 years ago)

Due Date

11 Oct, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
H9821018R0035

Identifier

H9821018R0035
Other Defense Agencies

Customer / Agency

DEPT OF DEFENSE (708492)DEFENSE HUMAN RESOURCES ACTIVITY (260)DEFENSE HUMAN RESOURCES ACTIVITY (260)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (23)

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.

DTMO Travel Management Company (TMC) Services for Travel Area-3THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. This notice fulfills the transmittal of a presolicitation notice per FAR 5.204.Contracting Office Address:Department Defense, Headquarters, Defense Human Resources Activity (DHRA)/Contracting Directorate (PK)4800 Mark Center Drive, Alexandria, VA 22350Requiring Activity:Defense Travel Management Office4800 Mark Center Drive, Alexandria, VA 22350https://www.defensetravel.dod.mil/site/about.cfmDescription/RequirementDHRA/PK is conducting an acquisition for TMC services. This is a pre-solicitation notice for an acquisition to provide non-personal services for Travel Management support services from contractors knowledgeable in the areas of travel authorizations, reservations, ticketing, fulfillment, reporting and management, to support
official travel activities of authorized DoD travelers.This notice does not constitute a request for proposal, request for quote, or invitation for bid. (Note: The description herein is a summary of the required services and is not intended to be all-inclusive).The contractor shall provide all necessary personnel, equipment, facilities, licenses, materials, supplies, and services (except where specified in the PWS) and shall do all the things necessary for or incident to the performance of the work as set forth below:Contractor performance shall be in support of all designated DoD facilities for the United States Air Force and Army Locations in ) Travel Area Three (3): Altus AFB, OK, Columbus AFB, MS, JB San Antonio-Fort. Sam Houston, TX, Goodfellow AFB, TX, Keesler AFB, MS, JB San Antonio-Lackland AFB, TX, Laughlin AFB, TX, Luke AFB, TX, Maxwell AFB, AL, JB San Antonio-Randolph AFB, TX, Sheppard AFB, TX, Tyndall AFB, FL, Vance AFB, OK, JB Anacostia-Bolling, DC (Bolling AFB), Cannon AFB, NM, Dyess AFB, TX, Davis-Monthan AFB, AZ, JB Langley-Eustis, VA, Holloman AFB, NM, Hurlburt Field, FL, Moody AFB, GA, Mountain. Home AFB, ID, Nellis AFB, NV, Seymour Johnson AFB, NC, Shaw AFB, SC, Robins AFB, GA, Hanscom AFB, MA, Eglin AFB, FL, Arnold AFB, TN, Tinker AFB, OK, Hill AFB, UT, Edwards AFB, CA, Kirtland AFB, NM, Rome Labs, NY, JB Charleston AFB, SC, Dover AFB, DE, Fairchild AFB, WA, JB McGuire-Dix-Lakehurst, NJ, (McGuire-Dix) MacDill AFB, FL, Little Rock AFB, AR, JB Lewis-McChord, WA, Scott AFB, IL and Travis AFB, CA. The contractor shall provide TMC and travel related service support for official travel activities for authorized DoD travelers. The contractor shall support reservations made using DoD Online Booking Tool (DoD OBT). The contractor shall perform all tasks in accordance with the Performance Work Statement (PWS), in the event that local business rules conflict with PWS requirements, the PWS will take precedence, along with the support described objectives within the Performance Requirements Summary.The government intends to award a single, Firm-Fixed-Price (FFP) contract to the vendor who submits the proposal that represents the best value for the government for performance of all tasks required in the Performance Work Statement (PWS). This acquisition will use a subjective tradeoff process awarding to the vendor found to be most advantageous to the Government, price and non-price factors considered.This requirement is a total small business set-aside under the NAICS Code 561510.A single (FFP) contract will result from the solicitation. The contract will provide for a one-year base period and four one-year option periods. The (RFP) is anticipated to be released on or about 1 September 2018. This will be an electronic solicitation release. No hard copies of the solicitation will be mailed. Solicitation, amendments, and other miscellaneous documents will be posted to Federal Business Opportunities (FBO) website http://www.fbo.gov, reference RFP number H9821018R0035. It is the responsibility of each offeror to review the web page for notice of amendments, updates, or changes to current information. This requirement will be conducted using Full and Open competition procedures after exclusion. The Government anticipates significant small business competition activity under this contract. A Source Selection will be conducted in accordance with FAR Parts 12 and 15 and evaluated using the Tradeoff Source Selection Process.In order to be eligible for award, registration under the correct NAICS code in the System for Award Management (SAM) database is required. To register, go to http://www.sam.gov. The NAICS code for this solicitation is 561510. The small business size standard is $20.5 million. There will be no public bid opening. Directions for proposal submission will be included in the RFP Instructions to The Offerors.Dates listed above are approximate and included for reference only.Actual dates will be specified in the solicitation.Any questions regarding this notice shall be directed to a POC that is listed below. Contact with Government personnel other than the POC listed below by a potential offeror or their employees regarding this acquisition is strictly prohibited.

See Above. United StatesLocation

Place Of Performance : See Above.

Country : United States

You may also like

Travel Management Center Services

Due: 29 Apr, 2024 (in 3 days)Agency: STATE, DEPARTMENT OF

TRAVEL MANAGEMENT SERVICES APPROVED BY OPE ON FEBRUARY 2, 2023

Due: 31 Mar, 2028 (in about 3 years)Agency: STATE, DEPARTMENT OF

TRAVEL MANAGEMENT SERVICE

Due: 01 May, 2027 (in about 3 years)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

561 -- Administrative and Support Services/561510 -- Travel Agencies
naicsCode 561510Travel Agencies
pscCode VCivilian Personnel Recruitment