Federal Contract Opportunity

Last Updated on 20 Jun 2025 at 5 PM
Sources Sought
Location Unknown

Consolidated ACS Services - Sources Sought

Details

Solicitation ID PAN414-25-P-0000-000796
Posted Date 20 Jun 2025 at 5 PM
Response Date 07 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 0414 Aq Hq Contract Aug
Agency Department Of Defense
Location Italy

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.

 
This Sources Sought Notice (SSN)/Request for Information (RFI) is being issued to support market research in identifying potential vendors capable of providing Army Community Services (ACS) support at multiple U.S. Army Garrison Italy (USAG Italy) locations. This notice is not a Request for Proposal (RFP) or an indication that a contractual commitment will be made. The government does not intend to award a contract based on this market research, and no funds are currently available for this requirement.

Background

The U.S. Army Garrison (USAG) Italy, located primarily at Caserma Ederle, Vicenza, IT with satellite locations at Villagio Compound, Vicenza, IT; and Caserma Del Din, Vicenza, IT, is seeking information to support market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This research will help identify potential sources capable of delivering ACS support services, including those outlined in the DRAFT Performance Work Statement (PWS) accompanying this SSN/RFI.

Scope of ACS Services

Potential vendors should demonstrate their ability to provide non-personal services in support of USAG Italy ACS functions, including:

  1. ACS Lending Closet Management
  2. Front Desk Administrative Support
  3. Bilingual Support Services (English/Italian)
  4. Orientation Tour Operations
  5. Italian Language Instruction
  6. English Language Instruction

The contractor must ensure service reliability, effective communication, quality-controlled execution, and cultural integration support while adhering to Federal Acquisition Regulations (FAR), Army Community Service (ACS) directives, and USAG Italy regulations.

Market Research Questions

To ensure alignment with industry capabilities and standards, we invite interested vendors to provide feedback on the following:

  1. Past Performance & Licensing
    • Has your organization previously provided ACS support services in Italy (or similar services in Italy)? If so, please summarize your prior experience.
    • If not, does your organization have the capability to meet ACS requirements in Italy and ensure compliance with applicable regulations?
    • Briefly explain how your organization would obtain necessary approvals to operate within USAG Italy while adhering to local/Italian labor laws and operational standards. These positions do not fall under SOFA accreditation.
  2. Workforce Capacity & Geographic Coverage
    • Can your organization provide ACS support personnel at multiple USAG Italy locations, ensuring service continuity?
    • Has your organization successfully managed ACS operations with personnel assigned in Italy?
  3. Contract Duration Considerations
    • The government is considering a contract duration of five (5) to ten (10) years, incorporating economic price adjustments to account for wage rate fluctuations.
    • What is your organization’s preferred contract duration, and what is the rationale for your preference?
  4. Staffing Flexibility & Compliance
    • Per the DRAFT PWS, the contractor is authorized to reassign their ACS support staff to support other ACS functions for up to 20 days per occurrence, as directed by the Contracting Officer’s Representative (COR).
    • Does your organization have staffing models that allow for flexibility without compromising service quality?
    • What recommendations would you provide to enhance staffing adaptability while ensuring mission success?
  5. Service Delivery Enhancements & Compliance Adjustments
    • Are there recommended modifications to the DRAFT PWS that would improve ACS service delivery?
    • Does your organization foresee any compliance challenges based on local regulations, ACS standards, or workforce availability?
  6. Cultural & Linguistic Support
    • The ACS program places strong emphasis on cultural and linguistic integration, including orientation tours and bilingual support.
    • How does your organization ensure effective cultural adaptation assistance for U.S. personnel integrating into the Italian community?
    • Does your organization have any past experience delivering language instruction services or cross-cultural training (within military communities)?

Response Submission & Deadline

Responses to this SSN/RFI should be submitted via email no later than 25 June 2025 at 1400 hrs Central European Time (CET) to the emails provided below.

Responses will be used to inform acquisition strategy decisions for potential future procurement actions. Please clearly identify any proprietary information in your response. No classified, confidential, or sensitive material should be included. Telephone inquiries will not be accepted or acknowledged.

The proposed North American Industry Classification Systems (NAICS) Code for this requirement is 541611 (Administrative Management and General Consulting Services), which has a corresponding Size Standard of $25.5M. The government requests that interested parties respond to this notice with a capability statement not to exceed five (5) pages. Capability statements must clearly identify the organization's Unique Entity ID (UEI) and CAGE Code per the listed NAICS code. Respondents should also include pertinent feedback addressing the market research questions outlined above.

All capability statements must be electronically submitted via email only—no paper documents will be accepted or acknowledged.

All interested parties should indicate their interest by submitting a written response via email no later than Close of Business (COB) on 07 July 2025 to the following email addresses:

The information contained in this notice is current as of the publication date but remains subject to change and is non-binding to the government. Oral submissions or inquiries will not be accepted.

Similar Opportunities

Fort belvoir Virginia 11 Jul 2025 at 2 PM
Washington District of columbia 01 Mar 2026 at 8 PM
Washington District of columbia 07 Jul 2025 at 9 PM
Washington District of columbia 07 Jul 2025 at 9 PM

Similar Awards

Location Unknown 09 Feb 2015 at 5 PM
Fort hood Texas Not Specified
Location Unknown 08 Sep 2016 at 3 PM
Location Unknown Not Specified
Location Unknown 12 Oct 2016 at 3 PM