Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOURCES SOUGHT

99 -- RFI - Multiple Award Lodging Contract

Notice Date
9/1/2009
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS0709R00187RFI
 
Point of Contact
Barbara A. Hansen, Phone: 609-813-3376, Doretta F. Chiarlone, Phone: 609-813-3363
 
E-Mail Address
barbara.hansen@dhs.gov, doretta.f.chiarlone@secureskies.net
(barbara.hansen@dhs.gov, doretta.f.chiarlone@secureskies.net)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Homeland Security (DHS), Transportation Security Administration (TSA), 200 West Parkway Drive, Ste, 300, Egg Harbor Township, NJ 08234 Description - REQUEST FOR INFORMATION: The Transportation Security Administration (TSA) Contracts & Procurement Branch in support of a TSA Training Mission is seeking information regarding current best practices in the lodging industry. The intent is to better understand how the capabilities of interested local hotel / lodging vendors would meet the needs of future TSA training requirements for lodging and transportation. All respondents must be in the local vicinity of the Atlantic City International Airport (15 mile radius). Any forthcoming acquisition will be prepared in accordance with the Federal Acquisition Regulations (FAR) http://www.acquisition.gov/far/index.html. TSA currently utilizes a single award contract to fulfill this requirement. However in order to better serve the needs of an expanding training mission, a multiple contract award is anticipated in the future. You are invited to provide information that will assist TSA in better understanding the local lodging industry and specifically the capabilities that each vendor has to offer. The information provided by each vendor will be used to ensure that requirements developed for any future solicitation maximizes efficiencies, competition and adopts the ‘commercial best practices’, and all information submitted will be kept confidential. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website located at: https://www.fbo.gov/index?cck=1&au=&ck= It is the responsibility of all potential offerors to routinely monitor this site for additional information pertaining to this requirement. TSA seeks to expand their lodging program to incorporate flexibility required to meet the needs of diverse trainee groups, while maintaining outstanding lodging services that are within Government per diem rates. Interested lodging vendors are required to discuss in their capability statement if they will be able to provide transportation in order to transport TSA trainees who arrive from other geographic areas between the Philadelphia Airport to the vendor’s local lodging facility (ies). Training courses at the FAMS Training Center range from 1 week to 10 weeks in duration. The following information must be included with each response: (1) Identification of your company including a specific point-of-contact, telephone number, mailing address, e-mail address, (2) a brief summary of lodging services that you provide, (3) type of lodging facility: short-term or extended-stay lodging, corporate housing. Please define and describe in detail, (4) NAICS code for your organization; The Federal Government uses the North American Industry Classification System (NAIC) code to determine a company’s business size. NAICS codes can be found at: http://www.census.gov/eos/www/naics/, (5) On average, how many providers/rooms do you have in inventory, (6) How are the room rates priced for your company (e.g. discount off the list price, based on per diem, flat percentage off from list price, negotiated contract rate, etc.) for corporate and Government clients?, are room rates published, and if so, where? (7) How are negotiated contract room rates communicated to service providers and travel industry providers (e.g. travel agents, automated booking systems, etc.)? (8) What types and/or ranges of discounts do you typically offer clients? Compare discounts to commercial, corporate and Government clients and explain any differences in selling terms & conditions. Provide a typical sample agreement. (9) What drives changes to negotiated contract room rates and how often do they change? (10) What fees, if any, are associated with the date changes and/or cancellations of the room? (11) What data, if any, is collected on lodging spend for the corporate and Government clients? Please list the data elements captured and reported on, and their intended purpose/use, (12) are your properties compliant with the Federal Emergency management Agency (FEMA) guidelines and the Americans with Disabilities Act guidelines? If not, why? (13) Does the Government per diem impact your ability to participate in a lodging program? If so, why? (14) Is your company capable of receiving electronic requests for proposals and utilizing electronic communications? (15) If your organization will be capable of providing the transportation between the Philadelphia, PA Airport and your local lodging facility(ies) – If yes, please explain if this is an organizational owned vehicle or a subcontracted arrangement, (16) What other information, if any, would be important for the Government to understand about your organization? Each response shall not exceed five (5) pages with a font size no smaller than 10-point font and the cover/index/pages do not count against the five-page count. The Government will not extrapolate information from other sources if not provided in the capability statement, so potential vendors should be sure to address all elements listed above in their response. Please provide your responses to Barbara Hansen, Barbara.Hansen@dhs.gov, by the close of business (5:00 p.m. EST) on September 15, 2009. Any questions pertinent to this RFI should be addressed to Barbara Hansen, Contracting Officer, DHS-TSA Contracts & Procurement Office at Barbara.Hansen@dhs.gov or Phone: 609-813-3376.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS0709R00187RFI/listing.html)
 
Place of Performance
Address: Successful awardees' lodging facility in the vicinity of the Atlantic City International Airport (within 15 mile radius)., Atlantic City / Egg Harbor Township, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN01936809-W 20090903/090902011405-e9bf55acec5abc9188c680f7eacdbca0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.