Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2014 FBO #4544
SOURCES SOUGHT

V -- Hotel Accomodations

Notice Date
5/2/2014
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-14-RFI-00024
 
Archive Date
5/22/2014
 
Point of Contact
Alena B Manzini-Newman, Phone: 609-813-3364, Doretta Chiarlone, Phone: 609-813-3363
 
E-Mail Address
alena.b.manzini@ole.tsa.dhs.gov, Doretta.f.chiarlone@ole.tsa.dhs.gov
(alena.b.manzini@ole.tsa.dhs.gov, Doretta.f.chiarlone@ole.tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Transportation Security Administration (TSA) Contracts and Procurements 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 for future lodging and transportation for TSA personnel. All respondents must be in a 15 mile radius from Dallas Fort Worth Airport (DFW). Any forthcoming acquisition will be prepared in accordance with The Federal Acquisition Regulations (FAR) http://www.acquisition.gov/far/index.html. 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 "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 a RFP in the future. This request for information does not commit the Government to contract for any supply or service. 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: http://www.fbo.gov. It is the responsibility of all potential offerors to routinely monitor this site for additional information pertaining to this requirement. TSA seeks to establish a lodging program to incorporate flexibility required to meet the needs of diverse training 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 personnel who arrive from other geographic areas between Dallas Fort Worth International Airport to the vendor's lodging facility and also from the vendor's lodging facility to training facility within the 15 mile radius. Training courses are typically 4 to 5 days a week, 52 weeks a year. Transportation will be needed every day for up to 24 passengers and their luggage. 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, extended stay lodging, or corporate housing. Please define and describe in detail, (4) NAICS code for your organization. The Federal Government uses the North American Industry Classification System (NAICS) 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 prices, based on per diem, flat percentage off from list price, negotiated contract room 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 and 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 spent for the corporate and Government clients? Please list the data elements captured and reported and their intended purpose. (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, and 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 Dallas Fort Worth Texas Airport (DFW) and your facility and also the daily transportation from your facility to our training facility within 15 mile radius of DFW, please explain if this is an organizational owned vehicle or a subcontracted arrangement, (16) Are you currently registered in System Award Management (SAM) at http://sam.gov. (17) 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 pt. font. The cover or index page 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 responses to Alena Manzini, mail to: Alena.B.Manzini@ole.tsa.dhs.gov, by the close of business (5:00 p.m. EST) on May 7, 2014. Any questions pertinent to this RFI should be addressed to Alena Manzini TSA Contracts & Procurement Office at: Alena.B.Manzini@ole.tsa.dhs.gov or Phone 609-813-3364.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-RFI-00024/listing.html)
 
Place of Performance
Address: See above description., Coppell, Texas, 75019, United States
Zip Code: 75019
 
Record
SN03356006-W 20140504/140502234720-0a327b23d4377a76454f736e34d7ba04 (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.