Skip to main content

An official website of the United States government

You have 2 new alerts

SWCS Special Events and Ceremonies

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 23, 2025 01:11 pm EST
  • Original Response Date: Feb 06, 2025 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 21, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: U009 - EDUCATION/TRAINING- GENERAL
  • NAICS Code:
    • 611710 - Educational Support Services
  • Place of Performance:
    Fort Liberty , NC 28310
    USA

Description

THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation.

Any proposed items must meet or exceed the following specifications: See the attached DRAFT Performance Work Statement (PWS). The anticipated method of procurement is a multi-award Blanket Purchase Agreement (BPA) with a period of performance of 5 years from approximately July 2025 – July 2030.

Documentation provided must address all required elements listed herein. Providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. Do NOT submit classified material.

Contractors interested in providing these supplies and/or services, shall be registered in the System for Award Management (www.sam.gov). Contractors responding to this Request for Information are asked to provide the following information:

1. Company’s full name and address, and Point of Contact information

2. Unique Entity Identifier (UEI) and Cage Code

3. Business size (whether large, small, small-disadvantaged, 8(a), HUB Zone, women-owned, Service-Disabled Veteran Owned Small Business, historically black college or university, and/or minority service institute)

      - Please also advise the Government of pending changes in the business size status, if applicable.

4. Security Clearance Level

5. A brief Statement of Capability (no more than 10 pages); which responds to the following prompts and demonstrates the ability to meet the requirements specified in the PWS:

      a: Discuss your company’s capacity to provide guest speakers and/or subject matter expert (SME) services IAW the PWS.

      b: Discuss your company’s ability to provide venue rental support services within 50 miles of Fort Liberty, NC?

Questions related to the PWS may be submitted as a separate attachment. The Government makes no commitment to respond to questions submitted in response to this notice.

The anticipated NAICS code is 611710 “Educational Support Services” with a size standard of $24 million dollars. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capability statements. No reimbursements will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.

Capability Statements/responses are due no later than 5:00 PM EST 06 February 2025. Please email responses to Ms. Debbie Harris at debbie.harris.civ@socom.mil and Ms. Maegan Castro at maegan.n.castro.civ@socom.mil and reference “Sources Sought – Special Event and Ceremony” in the subject line.

Failure to respond to this RFI does not preclude participation in any future associated requests for quotations that may be issued. Respondents will NOT be individually notified of the results. However, if the final determination results in the verification of a sole-source negotiation, a Notice of Intent to Sole Source and the redacted Justification and Approval will be posted to www.sam.gov.

Respondents are cautioned that due to file size limitation and email security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties’ responsibility to ensure receipt of all email correspondence. If receipt has not be acknowledged within 24 hours, please contact the Contracting Office at 910-432-7688.

Contact Information

Contracting Office Address

  • ATTN AOCO E2929 DESERT STORM DRIVE
  • FORT BRAGG , NC 28310-5200
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Feb 21, 2025 11:55 pm ESTSources Sought (Original)