CAG Executive Travel Coordinator

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159144886990107
Posted Date: Apr 1, 2024
Due Date: Apr 8, 2024
Solicitation No: PAN41024P0000000419
Source: Members Only
Follow
CAG Executive Travel Coordinator
Active
Contract Opportunity
Notice ID
PAN41024P0000000419
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-OO
Sub Command 3
410TH CSB
Office
0410 AQ HQ CONTRACT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 01, 2024 04:25 pm EDT
  • Original Response Date: Apr 08, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R699 - SUPPORT- ADMINISTRATIVE: OTHER
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Doral , FL 33172
    USA
Description

Regional Contracting Office Miami in support of USSOUTHCOM is seeking information on 8(a) Vendors only that can meet this 8(a) requirement of the attached (Draft) Performance Work Statement. This RFI is requested under NAICS 541611.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ). This request for information from and does not commit the Government to contract for any supply or service whatsoever. Further, this Army Agency (RCO Miami) is not at this time seeking quotes and will not accept any unsolicited quotes/proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.

The primary scope of work includes all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as CAG Executive Travel Planner (2) Support to U.S. Southern Command (USSOUTHCOM) as defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS). The contractor shall perform to the standards in this contract. The proposed contract is anticipated to start May 2024 through April 2030 (Base Period), plus four 12-month Option Periods.

8(a) Vendors only are requested to respond to this RFI with a capability statement (white papers).

White papers: white paper shall provide administrative information, and shall include the following as a minimum:

- Name, mailing address, phone number, and e-mail of designated point of contact.

- Business type (8(a))

- Security clearance of the Offeror

- Limited to 5 pages explaining Offerors capability in meeting specified requirements within PWS.



- Provide previous government contract experiences with work of similar in nature to this requirement by providing contract number, government agency, and period of performance.

Submit via e-mail only to both Tonya Johnson at tonya.k.johnson11.civ@mail.mil and Sherwin Riley at sherwin.d.riley.civ@mail.mil by (8 April 2024) by 11:00 am (EST). Any proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned.

(RFI) ONLY: The information provided in the RFI is subject to change and is not binding. RCO Miami has not made a commitment to procure any of the services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.



Regional Contracting Office Miami in support of USSOUTHCOM is seeking information on 8(a) Vendors only that can meet this 8(a) requirement of the attached (Draft) Performance Work Statement. This RFI is requested under NAICS 541611.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ). This request for information from and does not commit the Government to contract for any supply or service whatsoever. Further, this Army Agency (RCO Miami) is not at this time seeking quotes and will not accept any unsolicited quotes/proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.

The primary scope of work includes all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as CAG Executive Travel Planner (2) Support to U.S. Southern Command (USSOUTHCOM) as defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS). The contractor shall perform to the standards in this contract. The proposed contract is anticipated to start May 2024 through April 2030 (Base Period), plus four 12-month Option Periods.

8(a) Vendors only are requested to respond to this RFI with a capability statement (white papers).

White papers: white paper shall provide administrative information, and shall include the following as a minimum:

- Name, mailing address, phone number, and e-mail of designated point of contact.

- Business type (8(a))

- Security clearance of the Offeror

- Limited to 5 pages explaining Offerors capability in meeting specified requirements within PWS.



- Provide previous government contract experiences with work of similar in nature to this requirement by providing contract number, government agency, and period of performance.

Submit via e-mail only to both Tonya Johnson at tonya.k.johnson11.civ@mail.mil and Sherwin Riley at sherwin.d.riley.civ@mail.mil by (8 April 2023) by 11:00 am (EST). Any proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned.

(RFI) ONLY: The information provided in the RFI is subject to change and is not binding. RCO Miami has not made a commitment to procure any of the services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.


Attachments/Links
Contact Information
Contracting Office Address
  • ACC RCO MIAMI 9301 NW 33RD STREET
  • DORAL , FL 33172-1202
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 01, 2024 04:25 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >