SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES
INTRODUCTION
The Misson and Installation Contracting Command at Fort Eisenhower 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 Fort
Eisenhower Organist and Song Leader contract. The intention is to provide these
services on a competitive basis.
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.
PLACE OF PERFORMANCE
Location
100% On-Site
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS
NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES
NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A
COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT
OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO
AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE
AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS
ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS
TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES
WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO
THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE
REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF
ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED
ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE
RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR
ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”
PROGRAM BACKGROUND
Fort Eisenhower, is requesting Organist and Song Leader worship services. This is a
non-personal services contract to provide pianist/organist and song leader for the
Department of Ministry and Pastoral Care. Contract continuance complements
religious services supporting the spiritual needs of DDEAMC patients, family
member, service members, and staff. Request to start new contract to enhance
spiritual readiness and resilience. Enhances worship experience upholding music as
an integral element of spiritual devotion.
REQUIRED CAPABILITIES
The Contractor shall provide all personnel, equipment, supplies, facilities,
transportation, tools, materials, supervision, other items and non-personal
services necessary to perform organist and song Leader worship services as
defined in this Performance Work Statement except for those items specified
as government furnished property and services. The contractor shall perform
to the standards in this contract.
If your organization has the potential capacity to perform these contract services,
please provide the following information: 1) Organization name, address, email
address, Web site address, telephone number, and size and type of ownership for the
organization; and 2) Tailored capability statements addressing the particulars of this
effort, with appropriate documentation supporting claims of organizational and staff
capability. If significant subcontracting or teaming is anticipated in order to deliver
technical capability, organizations should address the administrative and management
structure of such arrangements.
The Government will evaluate market information to ascertain potential market
capacity to: 1) provide services consistent, in scope and scale, with those described in
this notice and otherwise anticipated; 2) secure and apply the full range of corporate
financial, human capital, and technical resources required to successfully perform
similar requirements; 3) implement a successful project management plan that
includes: compliance with tight program schedules; cost containment; meeting and
tracking performance; hiring and retention of key personnel and risk mitigation; and 4)
provide services under a performance based service acquisition contract.
ELIGIBILITY
The applicable NAICS code for this requirement is 711130 with a Small Business Size
Standard of $15,000,000. The Product Service Code is R799. Businesses of all sizes
are encouraged to respond; however, each respondent must clearly identify their
business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES
STATEMENT)
A draft Performance Based Statement of Work (PBSOW) are attached for review.
(Attachment 1)
Interested parties are requested to submit a capabilities statement of no more than ten
(10) pages in length in Times New Roman font of not less than 10 pitch. The deadline
for response to this request is no later than 12 pm, EST, 8 May 2025. All responses
under this Sources Sought Notice must be e-mailed to tyasia.a.oaks.civ@army.mil
This documentation must address at a minimum the following items:
1.) What type of work has your company performed in the past in support of the
same or similar requirement?
2.) Can or has your company managed a task of this nature? If so, please provide
details.
3.) Can or has your company managed a team of subcontractors before? If so,
provide details.
4.) What specific technical skills does your company possess which ensure
capability to perform the tasks?
5.) Please note that under a Small-Business Set-Aside, in accordance with FAR
52.219-14, the small business prime must perform at least 50% of the work
themselves in terms of the cost of performance. Provide an explanation of your
company’s ability to perform at least 50% of the tasking described in this
PBSOW for the base period as well as the option periods.
6.) Provide a statement including current small/large business status and company
profile to include number of employees, annual revenue history, office locations,
DUNs number, etc.
7.) Respondents to this notice also must indicate whether they qualify as a Small,
Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled
VeteranOwned Small Business Concern.
8.) Include in your response your ability to meet the requirements in the Facility
and Safeguarding requirements.
The estimated period of performance consists of one (1) twelve month Base Period
and three (3) twelve (12) month Option Periods with performance commencing in June
2025. Specifics regarding the number of option periods will be provided in the
solicitation.
The contract type is anticipated to be Firm Fixed Priced.
Upon evaluation of the capability statements, if it is determined that this
requirement will be an unrestricted competition, the Government intends to
evaluate the Small-Business responses and conduct further market research to
identify a subcontracting goal.
Your response to this Sources Sought, including any capabilities statement, shall be
electronically submitted to the Contract Specialist, Tyasia Oaks, in either Microsoft
Word or Portable Document Format (PDF), via email tyasia.a.oaks.civ@army.mil
All data received in response to this Sources Sought that is marked or designated
as corporate or proprietary will be fully protected from any release outside the
Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist 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.