Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
SOURCES SOUGHT

X -- Lodging, Meals, Transportation and Meeting Space (limited)

Notice Date
11/27/2012
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
SS-NASS-0001-13
 
Archive Date
12/11/2013
 
Point of Contact
Jan R Johns, Phone: (919) 575-2074
 
E-Mail Address
jjohns@bop.gov
(jjohns@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
TO ALL INTERESTED PARTIES THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The Bureau of Prisons has a requirement for the provision of lodging, meals, meeting facilities, and round-trip transportation between the airport and hotel facility for training participants in pre-scheduled training programs to be held by the National Institute of Corrections at the National Corrections Academy located in Aurora, Colorado. The NAICS code for this requirement is 721110 and the small business size standard is $30 million. The Government contemplates making a single award, firm-fixed price, requirements type contract. The requirement will have five (5) line items. Each line item's requirement for each performance period will be as follows: One-Year Base Period: Line Item #1: Participant Days-Single Occupancy (PD-S) - Estimated 2250 PD-S (estimated 15 events) Line Item #2: Upgraded Meals - Estimated 141 EA (estimated 4.5 events) Line Item #3: Meeting Room Space for occasional Class/Meeting Sessions at Contractor's facility) - Estimated 15 EA (estimated 15 instances) Line Item #4: Early In/Late Out Participants - Estimated 20 PD-S (estimated 20 instances) Line Item #5: Round-trip Transportation between Denver International Airport and Contractor's facility - Estimated 862 EA (estimated 15 events) Option Period 1 (if exercised): Line Item #1: Participant Days-Single Occupancy (PD-S) - Estimated 4500 PD-S (estimated 30 events) Line Item #2: Upgraded Meals - Estimated 282 EA (estimated 9 events) Line Item #3: Meeting Room Space for occasional Class/Meeting Sessions at Contractor's facility) - Estimated 30 EA (estimated 30 instances) Line Item #4: Early In/Late Out Participants - Estimated 40 PD-S (estimated 40 instances) Line Item #5: Round-trip Transportation between Denver International Airport and Contractor's facility - Estimated 1724 EA (estimated 30 events) Option Period 2 (if exercised): Line Item #1: Participant Days-Single Occupancy (PD-S) - Estimated 4500 PD-S (estimated 30 events) Line Item #2: Upgraded Meals - Estimated 282 EA (estimated 9 events) Line Item #3: Meeting Room Space for occasional Class/Meeting Sessions at Contractor's facility) - Estimated 30 EA (estimated 30 instances) Line Item #4: Early In/Late Out Participants - Estimated 40 PD-S (estimated 40 instances) Line Item #5: Round-trip Transportation between Denver International Airport and Contractor's facility - Estimated 1724 EA (estimated 30 events) Option Period 3 (if exercised): Line Item #1: Participant Days-Single Occupancy (PD-S) - Estimated 4500 PD-S (estimated 30 events) Line Item #2: Upgraded Meals - Estimated 282 EA (estimated 9 events) Line Item #3: Meeting Room Space for occasional Class/Meeting Sessions at Contractor's facility) - Estimated 30 EA (estimated 30 instances) Line Item #4: Early In/Late Out Participants - Estimated 40 PD-S (estimated 40 instances) Line Item #5: Round-trip Transportation between Denver International Airport and Contractor's facility - Estimated 1724 EA (estimated 30 events) Option Period 4 (if exercised): Line Item #1: Participant Days-Single Occupancy (PD-S) - Estimated 4500 PD-S (estimated 30 events) Line Item #2: Upgraded Meals - Estimated 282 EA (estimated 9 events) Line Item #3: Meeting Room Space for occasional Class/Meeting Sessions at Contractor's facility) - Estimated 30 EA (estimated 30 instances) Line Item #4: Early In/Late Out Participants - Estimated 40 PD-S (estimated 40 instances) Line Item #5: Round-trip Transportation between Denver International Airport and Contractor's facility - Estimated 1724 EA (estimated 30 events) In accordance with Federal Acquisition Regulation, Part 10, market research is being conducted to determine interest and capability of any additional sources for this requirement. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. If your company is interested in this intended upcoming solicitation and able to provide the services the National Institute of Corrections requires, please provide written responses to each question below and send your response to Jan R. Johns, Contract Specialist, via email at jjohns@bop.gov. Please be advised that providing responses to these questions will not automatically include you in the acquisition process for this intended upcoming solicitation. Responses are due to this Sources Sought by December 11, 2012 at 2:00 p.m. Eastern Standard Time. MARKET RESEARCH QUESTIONNAIRE 1. The North American Industrial Classification System (NAICS) code for the services to be provided is 721110 (Hotels (except Casino Hotels) and Motels) which sets the Small Business Administration (SBA) size standard at $30 million (below $30 million in gross revenues is considered small, above $30 million in gross revenues is considered large). Based on this standard, what is your business size? ___ Small ___Large ___Other 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program: _____ 8(a) Program _____Women-Owned Small Business Concern _____Veteran-Owned Small Business Concern _____Service-Disabled Veteran-Owned Small Business Concern 3. Can your firm provide firm-fixed unit prices for future contract periods? Note: Pricing may vary for each contract period. ___ 5 years ___4 years ___3 years ___2 years ___1 year only 4. Does your firm have access to the internet to download solicitation materials? ___Yes ___No 5. How many calendar days does your firm need to prepare a proposal resulting from a potential solicitation? ___15 days ___30 days ___45 days 6. If awarded a contract, how many calendar days following the award would it take to begin performance? __________calendar days 7. Is your firm registered in the System for Award Management (SAM) [formerly Central Contractor Registration (CCR)]? [Required by FAR clause 52.212-4(t)] ___Yes ___No 8. Please indicate any General Services Administration Federal Supply Schedule (FSS) contract number(s) your firm has been awarded, if any, in association with the aforementioned services and their respective expiration date(s). FSS Contract #:_____________________________________________________ Expiration Date(s):___________________________________________________ 9. Please provide the following information in reference to your firm: Name:_____________________________________________________________ Address:___________________________________________________________ ___________________________________________________________ Point of Contact:_____________________________________________________ Telephone and Fax Numbers:__________________________________________ E-Mail Address:_____________________________________________________ DUNS & Bradstreet Number (DUNS):____________________________________ Please provide any additional comments or information here: NOTE: The resulting solicitation will be distributed solely through the General Services Administration Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides downloading instructions to obtain all documents relating to the solicitation. All future information concerning this acquisition, including the presolicitation notices, solicitation, and any subsequent amendments, will be distributed solely through this website. Interested parties are responsible for monitoring the website to ensure they have the most up-to-date information about the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/SS-NASS-0001-13/listing.html)
 
Place of Performance
Address: Denver/Aurora, Colorado, United States
 
Record
SN02937373-W 20121129/121127234136-10357c99d334b2d13830189cdafe26cd (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.