Search Contract Opportunities

Sources Sought for JTF-GTMO Detainee Support Services   3

ID: W912CL-24-R-0004 • Type: Sources Sought • 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
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 20, 2024, 11:18 a.m. EDT

AMENDMENT - 14 August 2024.

THIS IS A SOURCES SOUGHT NOTICE ONLY. The Regional Contracting Command Americas, 410th Contracting Support Brigade (RCC-A, 410th CSB) is issuing this sources sought notice as a means of conducting market research to identify parties having interest in and the resources to support the requirement for Joint Task Force - Guantanamo Bay (JTF-GTMO) Detainee Support Services. The intention is to procure these services on a competitive basis.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.

There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy.

The anticipated NAICS code(s) is 611430 Professional and Management Development Training. This industry comprises establishments primarily engaged in offering an array of short duration courses and seminars for management and professional development. Training for career development may be provided directly to individuals or through employers' training programs, and courses may be customized or modified to meet the special needs of customers. Instruction may be provided in diverse settings, such as the establishment's or client's training facilities, educational institutions, the workplace, or the home, and through diverse means, such as correspondence, television, the Internet, or other electronic and distance-learning methods. The training provided by these establishments may include the use of simulators and simulation methods. The associated size standard is $13 million.

BACKGROUND: The Joint Detention Group (JDG) provides library and entertainment services and educational seminars to ensure the detainees receive mental and intellectual stimulation consistent with the Geneva Conventions. The contractor shall provide all personnel, materials, management, curriculum development, instruction, transportation, office supplies, housing, and supervision necessary to operate the Detainee Library and perform the Detainee Seminar Program. All personnel under this contract must possess and maintain a minimum of SECRET security clearance from the Defense Security Service.

The Contractor shall appoint an on-site High Security Technician to perform all library services and seminar instruction within the high security camp(s). The High Security Technician shall possess an adjudicated TOP SECRET Security Clearance and shall have no contact with detainees, nor perform any duties, located within any other camps.

The period of performance (PoP) will consist of a 12-month Base Year and four (4) 12-month option years.

PREVIOUS CONTRACT: Presently, sustainment similar to this requirement is provided under Contract W912CL-19-D-0001, Task Order W912CL-24-F-0019; a continuing need is anticipated for those services required here.

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.

RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required capabilities and qualifications to support all of the work described in the JDG JTF-GTMO Detainee Programs PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this sources sought, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include:

1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) in addition, the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., identify by Customer name your sales to non-governmental Customers and contracts, market pricing, catalog pricing, indirect rates to include overhead, fringe and G&A), delivery schedules, customary terms and conditions, warranties, etc.

5. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.

6. Information to help determine if the suggested NAICS is considered appropriate for this pending requirement. If you believe it is not, suggest a NAICS and explain why it is more appropriate for this type of acquisition.

7. This is a Sources Sought. 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.

8. This documentation must address at a minimum the following items:

What type of work has your company performed in the past in support of the same or similar requirement?

  • Can or has your company managed a task of this nature? If so, please provide details.
  • Can or has your company managed a team of subcontractors before? If so, provide details.
  • What specific technical skills does your company possess which ensure capability to perform the tasks?
  • Please provide examples of past performance along with capability statements to confirm a minimum of 3 years' experience in detainee support services.

9. Questions for this sources sought shall be submitted on or before 1:00 PM Central Time on Thursday, 08 August 2024. Government Response will be provided within 5 business days after receipt of all questions.

10. All questions MUST be in writing. In all responses, please reference W912CL-24-R-0004. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the assessment. No telephonic responses will be accepted. No solicitation currently exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in SAM.GOV (Contracting Opportunities). It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis.

11. Responses to this sources sought notice shall be submitted on or before 1:00 PM Central Time on Thursday, 15 August 2024 to Mr. Joseph Schwener, Jr., Contract Specialist, e-mail: joseph.g.schwener.civ@army.mil and Mr. Robert Sheridan III, Contracting Officer, e-mail: robert.l.sheridan10.civ@army.mil.

The Government will not return any information submitted in response to this sources sought notice.

Posted: Aug. 14, 2024, 11:34 p.m. EDT
Posted: Aug. 1, 2024, 7:46 a.m. EDT
Background
The Regional Contracting Command – Americas, 410th Contracting Support Brigade is conducting market research to identify parties interested in supporting the requirement for Joint Task Force - Guantanamo Bay (JTF-GTMO) Detainee Support Services. The goal is to procure these services competitively.

The Joint Detention Group (JDG) aims to provide library and entertainment services and educational seminars for detainees, ensuring mental and intellectual stimulation in accordance with the Geneva Conventions. All personnel must possess a minimum of SECRET security clearance.

Work Details
The contractor shall provide all personnel, materials, management, curriculum development, instruction, transportation, office supplies, housing, and supervision necessary to operate the Detainee Library and perform the Detainee Seminar Program. Specific tasks include:

- Appointing an on-site High Security Technician with a TOP SECRET Security Clearance;
- Developing a Quality Control Plan that includes inspection programs, deficiency identification and correction processes, documentation methods, trend analysis, surveillance techniques;
- Maintaining an inspection system for compliance with PWS requirements;
- Preventing defects in service quality;
- Documenting inspections and corrective actions;
- Managing customer complaints;
- Implementing an Operations Security (OPSEC) program;
- Adhering to JTF-GTMO Command issuances.

Period of Performance
The period of performance will consist of a 12-month Base Year and four (4) 12-month option years.

Place of Performance
Library services and seminar instruction will be performed at multiple locations within the JDG area of control including the Detainee Programs offices and inside secure detention facilities.

Overview

Response Deadline
Aug. 19, 2024, 2:00 p.m. EDT (original: Aug. 15, 2024, 2:00 p.m. EDT) Past Due
Posted
Aug. 1, 2024, 7:46 a.m. EDT (updated: Aug. 20, 2024, 11:18 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Naval Station Guantanamo Bay, CU-14 09593 Cuba
Source

Current SBA Size Standard
$15 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$10,000,000 - $50,000,000 (AI estimate)
Odds of Award
34%
Signs of Shaping
60% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/1/24 Army Cyber Command issued Sources Sought W912CL-24-R-0004 for Sources Sought for JTF-GTMO Detainee Support Services due 8/19/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 611430 (SBA Size Standard $15 Million) and PSC U008.
Primary Contact
Name
Joseph Schwener, Jr.   Profile
Phone
(210) 295-6679
Fax
(210) 808-9474

Secondary Contact

Name
Robert Sheridan   Profile
Phone
(210) 808-9013
Fax
2108089474

Documents

Posted documents for Sources Sought W912CL-24-R-0004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W912CL-24-R-0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912CL-24-R-0004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912CL-24-R-0004

Experts for Sources Sought for JTF-GTMO Detainee Support Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-OO > 410TH CSB
FPDS Organization Code
2100-W912CL
Source Organization Code
500046007
Last Updated
Sept. 3, 2024
Last Updated By
juana.m.astudillo.civ@army.mil
Archive Date
Sept. 3, 2024