Search Contract Opportunities

DTMO Travel Management Company (TMC) Services for Travel Area-3

ID: H9821018R0035 • Type: Solicitation

Description

This solicitation has been amended. See amendment 0002.

Proposal submissions in response to this solicitation must be received no later than 11:00 a.m. Eastern on 11 October 2018.

No Follow-up questions will be accepted.

DTMO Travel Management Company (TMC) Services for Travel Area-3

THIS ANNOUNCEMENT IS A SOLICITATION.

This Government has issued a Request For Proposals (RFP) under RFP #H9821018R0035.

This solicitation for DoD Travel Management Company (TMC) Services for the new Travel Area-3 is utilizing a 100 percent Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code is 561510, Travel Agencies.
The Government intends to award a single Firm Fixed Price (FFP) contract using procedures in FAR 12 Acquisition of Commercial Items, and FAR 15 Contracting by Negotiation for award of one contract.

NOTE: In accordance with FAR 4.1102 and FAR 52.204-7, entitled "System for Award Management", Prospective contractors shall be registered in System for Award Management (SAM) database prior to award of a contract. Recommend registering immediately at https://www.sam.gov in order to be eligible for a timely award.

NOTICE TO OFFEROR(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS.

See FBO links for Attachments 1-9.

Attachments A-C are located within the Request For Proposal.

See FBO links for Attachments D-F.

This supersedes the presolicitation notice under the same number.

Requiring Activity:

Defense Travel Management Office
4800 Mark Center Drive, Alexandria, VA 22350
https://www.defensetravel.dod.mil/site/about.cfm

Description/Requirement

The contractor shall provide all necessary personnel, equipment, facilities, licenses, materials, supplies, and services (except where specified in the PWS) and shall do all the things necessary for or incident to the performance of the work as set forth below:

Contractor performance shall be in support of all designated DoD facilities for the United States Air Force and Army Locations in ) Travel Area Three (3): Altus AFB, OK, Columbus AFB, MS, JB San Antonio-Fort. Sam Houston, TX, Goodfellow AFB, TX, Keesler AFB, MS, JB San Antonio-Lackland AFB, TX, Laughlin AFB, TX, Luke AFB, TX, Maxwell AFB, AL, JB San Antonio-Randolph AFB, TX, Sheppard AFB, TX, Tyndall AFB, FL, Vance AFB, OK, JB Anacostia-Bolling, DC (Bolling AFB), Cannon AFB, NM, Dyess AFB, TX, Davis-Monthan AFB, AZ, JB Langley-Eustis, VA, Holloman AFB, NM, Hurlburt Field, FL, Moody AFB, GA, Mountain. Home AFB, ID, Nellis AFB, NV, Seymour Johnson AFB, NC, Shaw AFB, SC, Robins AFB, GA, Hanscom AFB, MA, Eglin AFB, FL, Arnold AFB, TN, Tinker AFB, OK, Hill AFB, UT, Edwards AFB, CA, Kirtland AFB, NM, Rome Labs, NY, JB Charleston AFB, SC, Dover AFB, DE, Fairchild AFB, WA, JB McGuire-Dix-Lakehurst, NJ, (McGuire-Dix) MacDill AFB, FL, Little Rock AFB, AR, JB Lewis-McChord, WA, Scott AFB, IL and Travis AFB, CA. The contractor shall provide TMC and travel related service support for official travel activities for authorized DoD travelers. The contractor shall support reservations made using DoD Online Booking Tool (DoD OBT). The contractor shall perform all tasks in accordance with the Performance Work Statement (PWS), in the event that local business rules conflict with PWS requirements, the PWS will take precedence, along with the support described objectives within the Performance Requirements Summary.

Any questions regarding this notice shall be directed to a POC that is listed below. Contact with Government personnel other than the POC listed below by a potential offeror or their employees regarding this acquisition is strictly prohibited.

Background
This solicitation is for DoD Travel Management Company (TMC) Services for the new Travel Area-3, which is a 100 percent Small Business Set-Aside. The Government intends to award a single Firm Fixed Price (FFP) contract using procedures in Acquisition of Commercial Items, and Contracting by Negotiation for award of one contract. Prospective contractors are required to be registered in the System for Award Management (SAM) database prior to the award of a contract.

Work Details
The contractor shall provide all necessary personnel, equipment, facilities, licenses, materials, supplies, and services for designated DoD facilities for the United States Air Force and Army Locations in Travel Area Three (3). The contractor shall provide TMC and travel-related service support for official travel activities for authorized DoD travelers. The contractor shall support reservations made using DoD Online Booking Tool (DoD OBT). The contractor shall perform all tasks in accordance with the Performance Work Statement (PWS), and in the event that local business rules conflict with PWS requirements, the PWS will take precedence.

Place of Performance
The contract performance locations include various United States Air Force and Army Locations in Travel Area Three (3), such as Altus AFB, OK, Columbus AFB, MS, JB San Antonio-Fort. Sam Houston, TX, and many others.

Overview

Response Deadline
Oct. 11, 2018, 12:00 p.m. EDT Past Due
Posted
Sept. 27, 2018, 2:19 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
See Above. USA
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 9/27/18 Defense Human Resources Activity issued Solicitation H9821018R0035 for DTMO Travel Management Company (TMC) Services for Travel Area-3 due 10/11/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561510 (SBA Size Standard $25 Million) and PSC V.
Primary Contact
Title
Contract Specialist
Name
George S. Tamayo   Profile
Phone
None

Secondary Contact

Title
Contracting Officer
Name
Darryl D. Barnes   Profile
Phone
None

Documents

Posted documents for Solicitation H9821018R0035

Question & Answer

Contract Awards

Prime contracts awarded through Solicitation H9821018R0035

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation H9821018R0035

Similar Active Opportunities

Open contract opportunities similar to Solicitation H9821018R0035

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE HUMAN RESOURCES ACTIVITY > DEFENSE HUMAN RESOURCES ACTIVITY
FPDS Organization Code
9748-H98210
Source Organization Code
500035489
Last Updated
Sept. 27, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 27, 2018