SOURCES SOUGHT
V -- Lodging and Meals for 450 Soldiers - Map of Alameda Island
- Notice Date
- 4/8/2016
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
- ZIP Code
- 78234-1361
- Solicitation Number
- 0010808755
- Archive Date
- 5/10/2016
- Point of Contact
- Gerry L. Brown, Phone: 2102216378
- E-Mail Address
-
gerry.l.brown.civ@mail.mil
(gerry.l.brown.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Lodging shall be located within Alameda Island, which is defined for the purposes of this notice to be inside the red highlighted area as shown on attached map. THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure materials, supplies, equipment, facilities, supervisions etc. for lodging and meals to accommodations 450 soldiers on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Lodging shall be located within Alameda Island, which is defined for the purposes of this notice to be inside the red highlighted area as shown on attached map. Period of Performance: 11 - 24 June 2016. The contractor shall provide rooms for 450 soldiers to include breakfast and dinner meals per day for 14 days. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 721110 Hotels (except Casino Hotels) and Motels; with a size standard of $32.5 million average annual revenue. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ec743cdd613ea974796be54921d4594)
- Place of Performance
- Address: Alameda Island, Alameda, California, Alameda, California, 94501, United States
- Zip Code: 94501
- Zip Code: 94501
- Record
- SN04078048-W 20160410/160408234143-3ec743cdd613ea974796be54921d4594 (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 |