Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

V -- Commercial Travel Services - Notice of Intent

Notice Date
3/3/2015
 
Notice Type
Presolicitation
 
NAICS
561510 — Travel Agencies
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
15-PSC-MK-NOI-00003
 
Archive Date
3/18/2015
 
Point of Contact
Margo Katzper,
 
E-Mail Address
Margo.Katzper@PSC.hhs.gov
(Margo.Katzper@PSC.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
15-PSC-MK-NOI-00003 The Department of Health and Human Services (DHHS), Program Support Center (PSC) on behalf of the Department of Defense (DoD), Defense Travel Management Office (DTMO) intends to negotiate and award a sole source bridge contract to CW Government Travel, Inc. doing business as: CWTSatoTravel, 4300 Wilson Blvd., Ste 500, Arlington, VA 22203-4178 on a sole source basis under the authority of FAR 6.302-1(a)(2)(iii). The Intended procurement is classified under NAICS code 561510 with a Size Standard of $20.5 million. The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-80 (effective March 2, 2015). This acquisition is conducted under the procedures as prescribed in FAR 15- Contracting by Negotiation. Description The Defense Travel Management Office (DTMO) requires continued support by the incumbent - CW Government Travel with providing official travel management services for Defense Travel Area 2 (DTA 2), U.S. Army CONUS locations. Purpose and Objectives The DTMO requires the continuation of official travel management and related additional services on a point of sale basis for Department of Defense (DoD) authorized travelers assigned to DTA 2 sites. These CTO services are to support official travel activities of authorized DoD travelers who are under the authority of the referenced locations. Official travel is travel (e.g., TDY, PCS, evacuation, travel by Reserve Component members, and civilians on invitational travel orders) in connection with official business of the United States Government and performed under orders at the expense of federal appropriated funds. These CTO services shall be provided using both traditional methods using the Defense Travel System (DTS) web portal, and automated methods using the Defense Travel System (DTS) web portal. In accordance with the original Performance Work Statement (PWS) attached. Period of Performance Base period of one (1) year, April 1, 2015 - March 31, 2016, with up to three (3), four (4) month options from April 1, 2016 - March 31, 2017. This notice of intent to award a sole source bridge contract is not a request for competitive proposals. However, in accordance with FAR 5.207(c)(15)(ii), all responsible sources that feel they can meet the Government's requirements detailed above and in the attached Performance Work Statement (PWS) may submit a capability statement which shall be considered by the agency. Capability Statements should be tailored to show the Government the offeror is able to meet the specialized requirements of DTMO Commercial Travel services, and applicable regulations. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirements within the PWS, and include: the Dun & Bradstreet Number (DUNS), and the Taxpayer Identification Number (TIN). All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be retained as Market Research. All responses must be received by 10:00am EDT on Tuesday, March 17, 2015 and must reference number 15-PSC-MK-NOI-00003. Responses may be submitted electronically to Margo Katzper via email at Margo.Katzper@psc.hhs.gov, or by U.S. mail to U.S. Department of Health & Human Services, Program Support Center, Acquisition Management Services, Twinbrook Place, Suite 400, 12501 Ardennes Avenue, Rockville, MD 20857, Attention: Margo Katzper. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/15-PSC-MK-NOI-00003/listing.html)
 
Record
SN03656966-W 20150305/150303234703-8d02d81098341287510f6695c185f0a5 (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.