SOURCES SOUGHT: THIS IS NOT A REQUEST FOR QUOTATIONS OR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
The Request for Quotation (RFQ) number is A049390 and shall be used to reference any written responses to this source sought.
Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code being considered is 561320 – Temporary Help Services with a size standard of $30,000,000.00
The requirement is to provide Chapel Services to the Joint Base Charleston (JB CHS) and Naval Weapons Station, South Carolina. The contractor's primary duties are to provide a Catholic & Protestant musician director and Clergy (Imam & Rabbi, Catholic Priest) for religious support to the BRIG JB CHS, Weapons Station, SC.
A copy of the draft PWS is attached, comments and questions are encouraged.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
We are interested in any size business that is capable and interested in this requirement.
All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services in accordance with the attached PWS. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.
Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.
Include in your capabilities package your Company Name, Point of Contact Information including phone number, email address, socio-economic category, SAM UEI, and Cage Code.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Responses may be submitted electronically to the following e-mail address: anthony.lawston.1@us.af.mil and matthew.michel@us.af.mil. Telephone responses will not be accepted.