Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:W9124D19R0025
Mission and Installation Contracting Command (MICC) - Fort Knox intends to issue a request for proposal to provide a non-personal services contract providing transition services to Soldiers to the sta...
Mission and Installation Contracting Command (MICC) - Fort Knox intends to issue a request for proposal to provide a non-personal services contract providing transition services to Soldiers to the standards prescribed by the Veterans Opportunity to Work Act, Army Regulation 600-81; Army's Career Readiness Standards; and site-specific government directives. This includes but is not limited to: operation of all identified transition assistance places of performance; providing pre-separation and initial counseling; personalized transition and financial counseling; individual transition planning advice; career skills program support; employment-seeking assistance; marketing and career/hiring event support; and assisting employers with connecting their open positions with the transitioning service member population. This service is supported by the Human Resources Command. The contracted support will be provided throughout the Continental United States and some Outside Continental United States locations to include, but not limited to Korea, Kuwait, Germany and Italy. The government anticipates for a firm fixed-price contract with (travel and other direct costs) cost reimbursable line items. This acquisition will be conducted using the tradeoff source selection best value approach. Performance period shall consist of a two-month phase in period (or less), a 10-month base period, and four, 12-month option periods. The anticipated full performance is scheduled to begin on July 4, 2020. The anticipated NAICS code is: 624310, Vocational Rehabilitation Services, size standard is $11 Million. The acquisition shall be 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The MICC has been approached to acquire these services by utilizing the Human Capital and Training Solutions Small Business (HCaTS SB) as part of the Government wide Category Management Initiative. The Office of Personnel Management (OPM), in conjunction with General Services Administration (GSA) and input from the Army, created a government wide vehicle, Human Capital and Training Solutions (HCaTS). Under NAICS 624310 and as a SDVOSB set-a-side, this would utilize Pool 1. HCaTS, through delegated procurement authority will provide access to customized training and development services, customized human capital strategy services, and customized organizational performance improvement services. Industry is asked to provide comment and feedback on this approach. The government expects to release a solicitation on or about 16 July 2019 and provide 30-40 days for proposal response. Please note this date is subject to change. All amendments to the solicitation will be likewise posted to Federal Business Opportunities. Contractors are cautioned to check this website for amendments. Paper copies of the solicitation (SF 1449) will not be available. Award will be made to a single offeror who is deemed responsible, whose proposal conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of evaluation criteria and other considerations specified in the solicitation, represents the best value in accordance with the prescribe evaluation factors. A draft performance work statement (PWS), Section L (Proposal Submission) and Section M (Basis for Award for information) are attached for industry's review and comments. Potential offerors are requested to review the draft documents provided and submit questions/comments. DRAFT DOCUMENTS ARE ISSUED FOR INFORMATIONAL PURPOSES ONLY. DRAFT DOCUMENTS ARE SUBJECT TO, AND MAY BE REVISED BEFORE, THE ISSUANCE OF THE FORMAL RFP Contractor's questions and/comments shall be submitted no later than Tuesday, May 28, 2019, 10:00 am Eastern Time to email addresses: karen.e.keys.civ@mail.mil and cc john.p.haarala.civ@mail.mil. The government will consider comments in the finalization of the request for proposal, but will NOT guarantee the implementation of comments and/or recommendations. Telephone inquiries will not be accepted or acknowledged. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Information will not be returned to the responder. The Government will not be responsible for any notification not sent or received by the Contractor regarding the solicitation. Please note that this is not a request for proposals. Responses to this pre-solicitation synopsis are not offers and do not commit the Government to contract for any supply or service whatsoever. Any information provided by industry to the Government as a result of this notice is strictly voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government use of such information. The information obtained from industry responses to this notice may be used in government procurement document and future RFP. Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked as proprietary will be handled accordingly. All Government personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protecting from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government will not be held liable for any damages incurred if proprietary information is not properly identified.