Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOURCES SOUGHT

M -- Operations and Management of CDC San Joaquin Tracy CA - J1- CDC Facility Layout - Performance Work Statement

Notice Date
2/8/2012
 
Notice Type
Sources Sought
 
NAICS
624410 — Child Day Care Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-12-R-0006
 
Archive Date
3/8/2012
 
Point of Contact
Wanda J. Wright, Phone: 703-767-1184
 
E-Mail Address
wanda.wright@dla.mil
(wanda.wright@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statment Operatons_ Management of CDC San Joaquin J1- Child Development Center Layout NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This notice is an announcement seeking market information on Service Disabled Veteran Owned Small Businesses capable of providing the services as described herein. Purpose: This RFI is the initiation of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and is not a Request for Proposal (RFP). Defense Logistics Agency (DLA) Contracting Office is issuing this RFI, in support of the Family Morale, Welfare and Recreation (MWR) to obtain services for operating and managing the newly constructed Child Development Center (CDC) at Defense Distribution Depot, San Joaquin CA. The scope of this requirement is detailed in the attached Performance Work Statement (PWS). Interested sources shall submit a tailored capability statement that demonstrates the expertise, personnel, protocols, systems, and technology to meet requirements of the PWS. Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the PWS. Objective: Data submitted in response to this RFI will be used to determine if there is sufficient number of qualified contractors to set a possible requirement aside on a competitive Service Disabled Veteran Owned Small Business acquisition. The Government will use responses to this notice to make the appropriate acquisition decision. The proposed solicitation will be issued in accordance with FAR Part 15, Negotiations. Interested respondents are requested to provide a Capability Statement not later than 4:00 p.m. EST on 22 February 2012 to Ms. Wanda J. Wright via e-mail to: wanda.wright@dla.mil. The Capability Statement should include general information and technical background describing your firm's experiences in contracts requiring similar efforts. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point type or larger. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, and GSA schedules held, if any. 2. Demonstrate ability to provide employees with skills referenced above. 3. Past/Current Performance Background as it relates to the requirement as outlined in this RFI, to include: a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or Company (Government or commercial) with Phone Number/Point of Contact d. Value of the contract(s) e. Type of contract(s), i.e., fixed price 4. Identify potential teaming partners or potential subcontractors and their experience and capabilities relative to this requirement. All responses must be in either an Adobe PDF or Microsoft Office 2003-compatible format. This request for capability statement does not constitute a request for proposals. Submission of any information in response to the market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. All questions or suggestions regarding the PWS shall be submitted via e-mail to wanda.wright@dla.mil. Please note that telephone inquiries regarding this notice will not receive responses. Proprietary Markings: Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Submission Requirements: Responses shall be submitted electronically not later than 4:00 p.m. EST on 22 February 2012 to Ms. Wanda J. Wright via e-mail to: wanda.wright@dla.mil. All submissions received will not be returned. Telephone inquiries or replies will not be accepted. Contracting Office Address: DLA Contracting Service Office (DCSO- H) 8725 John J. Kingman Road Fort Belvoir VA Place of Performance: Defense Distribution Depot San Joaquin, California Child Development Center Building 3225600 Chrisman Road Tracy, CA 95304 Point of Contact(s): Wanda J. Wright - wanda.wright@dla.mil. **NOTE** Exhibit J-2 will NOT be attached under this RFI. It will be provided at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-R-0006/listing.html)
 
Place of Performance
Address: Defense Distribution Depot San Joaquin, California, Child Development Center, Building 3225600 Chrisman Road, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN02670722-W 20120210/120208235317-4f7a20604823f9cd0c53482496f84f20 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.