The RFP Database
New business relationships start here

Chaplain Led Retreat Services


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 


SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION 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 FA481420TF006 and shall be used to reference any written responses to this source sought.


MacDill Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 561599. The size standard for NAICS is $20.5 Million.


The requirement is to provide: Event planning, coordination, and logistical support for training events across the state of Florida for the 6th Air Refueling Wing (ARW) and all tenant units located on MacDill AFB.


Description of Services: Event planning, coordination, and logistical support services are needed to provide training events for service members, single service members, married couples, and families. Training events will be Family Resiliency training and are commander-requested, chaplain-led, and multi-organization resourced. Support includes providing curriculum, vendor support, audiovisual support, conference speakers, training conference space, curriculum/training materials, meals, lodging, childcare and transportation. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non- personal services necessary to perform event planning, coordination, and logistical support 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 and employee size), 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. 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.


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.


Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings.


Responses may be submitted electronically to the following e-mail address: alexander.callage@us.af.mil. Telephone responses will not be accepted.



RESPONSES ARE DUE NO LATER THAN 30 October 2019.



Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.


Alexander B. Callage, Contract Specialist, Phone 8138286326, Email alexander.callage@us.af.mil - Ramon Jimenez, Mr, Email ramon.jimenez.7@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP