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

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159259254852879
Posted Date: Apr 23, 2024
Due Date: Apr 26, 2024
Solicitation No: W911SA24Q3108
Source: Members Only
Follow
Yellow Ribbon Reintegration Program (YRRP) Event - Seattle, WA
Active
Contract Opportunity
Notice ID
W911SA24Q3108
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC FT MCCOY (RC)
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 23, 2024 04:52 pm CDT
  • Original Published Date: Apr 23, 2024 11:29 am CDT
  • Updated Response Date: Apr 26, 2024 10:00 am CDT
  • Original Response Date: Apr 26, 2024 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 11, 2024
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Seattle , WA
    USA
Description

SOURCES SOUGHT NOTICE



THIS 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.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET
  • FORT MCCOY , WI 54656-5142
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >