Kentucky Bids > Bid Detail

Short term applicant management services for HQ US MEPCOM, North Chicago, Illinois

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159508762790584
Posted Date: Mar 25, 2024
Due Date: Mar 26, 2024
Solicitation No: W9124D24Q9999
Source: https://sam.gov/opp/a8ea0a29e5...
Follow
Short term applicant management services for HQ US MEPCOM, North Chicago, Illinois
Active
Contract Opportunity
Notice ID
W9124D24Q9999
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
FDO SAM HOUSTON
Office
W6QM MICC-FT KNOX
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: Mar 25, 2024 01:43 pm EDT
  • Original Response Date: Mar 26, 2024 08:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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:
    KY
    USA
Description

THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC) Fort Knox, KY, 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 a six-month gap in services for the Military Entrance Processing Station (MEPS) Applicant Management Services (AMS) for Headquarters United States Military Entrance Processing Command (HQ US MEPCOM).



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. 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.



This acquisition is to fill a six-month gap in applicant management services for HQ US MEPCOM, North Chicago, Illinois. Specifically, to provide meals, lodging, transportation, and oversight management services for individuals (applicants) processing into the Armed Forces through its individual MEPS and Remote Processing Stations (RPS) located throughout the United States, including Puerto Rico, Hawaii, and Alaska.



Services provided at each location are basically the same, providing for overnight lodging accommodations, evening meal, and breakfast meal the following morning, transportation from the contract hotel, and transportation for individual applicants to local MEPS, airports, and bus stations. Additional services include transportation for applicants receiving night testing, other emergency transportation when needed, and emergency noon meals (lunch) when needed. Services are provided every Sunday through Friday and up to two Saturdays per month.



The government anticipates sole sourcing a six-month extension of the ordering period on the existing MATOC to cover the gap between the current MATOC and the follow-on that was solicited for under W9124D24R0007. W9124D24R0007 is still in the evaluation phase with award anticipate on or about 28 June 2024.



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 applicable NAICS code for this requirement is 721110 , Hotels (except Casino Hotels) and Motels, with a size standard of $40 million . The Product Service Code is V231 Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



Attached is the Performance Work Statement (PWS).




  1. Subject line of email shall contain: “Company Name SSN Response”

  2. Name of the firm, point of contact, phone number, email address, DUNS number, 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.



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.



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 210-466-2269, 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 notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



8. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. See Federal Acquisition Regulation (FAR) 52.219-14 Class Deviation 2021-O0008 - Limitations on Subcontracting for Small Business (10 September 2021)



9. All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.



10. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250
  • FORT KNOX , KY 40121-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 25, 2024 01:43 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 >