Search Contract Opportunities

Provide Soldier For Life Transition Assistance Program Services for U.S. Army   6

ID: W9124D20R0016 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 28, 2019, 1:05 p.m. EDT
Mission and Installation Contracting Command (MICC) - Fort Knox intends to issue a Request For Proposal (RFP) 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 $12 Million. The acquisition shall be 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns.

The government expects to release a solicitation on or about 19 November 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 RFP and Technical Exhibits are attached for industry's review and comments. Potential offerors are requested to review the draft documents provide 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, November 5, 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 RFP, 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 RFPs. 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.

A modification was issued on 28 Oct 2019 to change the Size Standard to $12 Million, change the set-aside to Service-Disabled Veteran-Owned Small Buisness (SDVOSB), and add an updated Technical Exhibit 2.

Posted: Oct. 18, 2019, 2:54 p.m. EDT

Overview

Response Deadline
None
Posted
Oct. 18, 2019, 2:54 p.m. EDT (updated: Oct. 28, 2019, 1:05 p.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$15 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
88%
On 10/18/19 MICC Fort Knox issued Presolicitation W9124D20R0016 for Provide Soldier For Life Transition Assistance Program Services for U.S. Army. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 624310 (SBA Size Standard $15 Million) and PSC R.
Primary Contact
Title
Contracting Officer
Name
Karen E. Keys   Profile
Phone
(502) 624-6853

Secondary Contact

Title
Contract Specialist
Name
John P. Haarala   Profile
Phone
(502) 624-6751

Documents

Posted documents for Presolicitation W9124D20R0016

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W9124D20R0016

Award Notifications

Agency published notification of awards for Presolicitation W9124D20R0016

Contract Awards

Prime contracts awarded through Presolicitation W9124D20R0016

Protests

GAO protests filed for Presolicitation W9124D20R0016

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9124D20R0016

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9124D20R0016

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W9124D
Source Organization Code
500045816
Last Updated
Sept. 7, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 7, 2020