SOLICITATION NOTICE
Z -- Draft RFQ for the Privatization of Army Lodging (PAL) Group A, Redstone Arsenal, Alabama, Fort Rucker, Alabama, Fort Levenworth, Kansas, Fort Riley, Kansas, Fort Polk, Louisiana, Fort Sill, Oklahoma, Fort Hood, Texas, Fort Sam Houston, Texas.
- Notice Date
- 9/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-04-R-0082
- Response Due
- 10/22/2004
- Archive Date
- 12/21/2004
- Small Business Set-Aside
- N/A
- Description
- This is a Draft RFQ to evaluate industries interest and suggestions in the acquisition process to the Army's need to improve the quality of transient lodging for Soldiers and families on temporary duty and permanent change of station travel. Based u pon a recent study, approximately 80% of Army Lodging's on-post inventory does not meet minimum quality standards. The primary cause of this problem is rooted in a severe and persistent funding shortfall resulting in failure to adequately revitalize facil ities through appropriate levels of construction, replacement, and/or major maintenance and repair. The Army concluded that the preferred method to help solve the transient lodging upgrade problem, along with the issue of long-term facility sustainment, w ould be to leverage existing transient lodging and land assets in partnership with the private sector. This program, called the Privatization of Army Lodging,PAL, seeks to apply private sector expertise, resources, and market-based incentives to improve t he quality of life for soldiers and their families while in a transient status. The objective is to provide quality, on-post hotel accommodations that meet the varying needs of a mobile military community through improvements to the on-post lodging invent ory and/or new construction where indicated. The PAL program was developed and is managed under the oversight and direction of the Office of the Assistant Secretary of The Army, Installations and Environment, OASA, I&E,on behalf of the Secretary of The Army. The Army believes that lodging privatizat ion provides an excellent opportunity for addressing the transient needs of America's soldiers and their families while providing an attractive business opportunity for its private partners. The PAL program will be approached in phases, each phase consis ting of a single project group encompassing multiple installations. This Draft RFQ is specific to phase one of PAL implementation,the Group A project. Overview This requirement is being pursued under the Alternative Authority for Acquisition and Improvement of Military Housing legislation, 10 USC 2871-2885, enacted by Congress in 1996. This legislation, commonly referred to as the Military Housing Privatization Initiative,MHPI, legislation, allows the military services to leverage scarce appropriated funds and extensive existing assets,land and improvements. Additional information regarding he PAL program can be found at the following website: http://www.pal.arm y.mil/pal. This solicitation is structured as a Request for Qualifications, RFQ. The RFQ process will identify the best value offeror determined to be the most highly qualified to enter into a long-term business relationship with The Army to upgrade, operate and mai ntain transient lodging at all of the installations identified for the Group A project. Selection will be based upon the qualifications of the offerors as outlined by the evaluation factors and upon the basis of best value to the government. In Step One of the solicitation process, The Army will issue an RFQ which establishes specific Minimum Experience Requirements, MERs, and seeks discussion of five general evaluation factors in a Statement of Qualifications,SOQ. The MERs have been establish ed to address the skill sets of development, hotel management, and financial capability. Offerors who meet the MERs will be further evaluated in terms of their SOQs. Both the MERs and SOQs should be submitted together in Step One. This first step of the RFQ process will identify those offerors determined to be highly qualified and thus eligible for further consideration for potential long-term business relationships. The determination of this highly qualified competitive group will be based on the offero r's experience, financial capability, organizational capabilities, corporate level, past performance, and small business utilization, general history. The offerors comprising the highly qualifi ed competitive group will be invited to participate in Step Two of the RFQ process. During Step Two of the RFQ process, offerors in the highly qualified competitive group will compete based on the Group A project specifics. If an offeror competes for this project, the offeror must compete for the entire project and not individual sites w ithin the project. Step Two submissions are expected to be in the form of an oral presentation with written documentation. The offeror will be evaluated based on its proposal addressing expected financial return, specific preliminary project concept stat ement, organizational capabilities, project level, and small business utilization and plan, project level. Offerors should not change principle members during the solicitation. The offeror will be expected to identify, in detail, its plan to achieve the following goals for each installation within the project: Ensuring that soldiers and their families have access to high quality, safe, attractive, and affordable transient lodging by upgrading or replacing existing transient lodging and, if necessary, by building new lodging to meet the transient demand at each i nstallation in the Group A project. Providing consideration for preservation of existing historic character and military culture, while protecting cultural resources and meeting environmental stewardship responsibilities. Maintaining positive relations with all stakeholders and communities that surround the installation. Providing for the effective long-term, high quality management and operation of the transient lodging inventory, and any ancillary supporting facilities proposed. Providing for realistic financial management of the assets including viable reserves and earning a mutually acceptable return on investment for the offeror and The Army. To achieve these goals, the developer will be expected to assume ownership of any transient lodging facilities that are transferred per mutual agreement between the developer and The Army following final acceptance of the Lodging Development and Management Plan, LDMP. The developer will be provided a long-term interest in the underlying land. Although the focus of the PAL Project is on transient lodging, the MHPI authorities also permit the construction and/or operation of ancillary supporting facilities and activities that relate to and support the accommodation of transient soldiers and famil ies. Such facilities/activities may include food and beverage operations, conference/meeting support functions, limited retail space, tot lots, hotel swimming pools, limited fitness facilities, kennels/pet runs, and other similar facilities for the suppor t of Army transient lodging guests. Offerors are encouraged to evaluate the potential for any appropriate ancillary activities and to include such activities in their proposals where feasible. The private partner's return on the project is expected to come from developing, operating, and managing existing, renovated, and/or newly constructed lodging units. The private partner's main source of revenue will be room rates paid by military service members on official travel with or without family members. Room rates for official travelers should be targeted at an average across the portfolio of 75% of local per diem rates. At no time may room rates for official travelers exceed the local lodging p ortion of per diem. Recognizing the complexity and breadth of issues that arise in planning and executing a project of this size and scope across multiple military installations, the project will be organized into two phases: Phase 1 - Project Planning. During Phase 1, the awardee, developer, will work closely with The Army to craft the LDMP. This will be the business plan for the project and will set forth the terms of the developer's long-term relationship with The Army. P ayment for Phase 1 is discussed in Section 2.1.4 of this solicitation. Phase 2 - Projec t Implementation. During Phase 2, the developer will implement the LDMP, provided the Headquarters Department of The Army (HQDA), Office of the Secretary of Defense, OSD, Office of Management and Budget, OMB, and the Congress approve the plan, and approva l is given to consummate the LDMP and begin the transition / transfer of assets and operations. A major benefit of the LDMP process is that it allows The Army, its associated consultants, and the developer to work through issues collaboratively, and to ensure that important issues are anticipated and addressed before executing the plan. It also prov ides an opportunity for The Army to consider proposals from the developer concerning the use of specific MHPI authorities, such as constructing certain ancillary supporting facilities. Finally, this process gives The Army a mechanism for periodically conf erring with Congressional oversight committees during project planning, as well as with representatives from the local communities and Army-related organizations who are essential to the success of the project. The Notice to Offerors, Draft RFQ and Appendices can be viewed by following the links referenced in this Presolicitation Notice.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00678614-W 20040923/040921212528 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |