SOURCES SOUGHT
V -- US Army Cadet Cmd - COI LODGING FOR CADET SUMMER TRAINING (CST)
- Notice Date
- 5/11/2021 10:46:55 AM
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
- ZIP Code
- 40121-5000
- Solicitation Number
- W9124D-21-Q-6339
- Response Due
- 5/17/2021 7:00:00 AM
- Archive Date
- 06/01/2021
- Point of Contact
- Jon Leppala, Phone: 2182691102, Richard J. Torres, Phone: 5025287034
- E-Mail Address
-
jon.a.leppala.civ@mail.mil, richard.j.torres.civ@mail.mil
(jon.a.leppala.civ@mail.mil, richard.j.torres.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ������ SOURCES SOUGHT NOTICE THIS IS A SOURCES OF SOUGHT ONLY.� The U.S. Government desires to procure a non-personal services contract to provide food, lodging, airport transportation, conference room space, lockable storage room and parking passes for the Center of Influence (COI) 62 personnel visiting Cadet Summer Training at Fort Knox 2021 from 21 June 2021 through the morning of� 26 June 2021 on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. The location of the hotel is Downtown Louisville, KY.� See the attached DRAFT PWS for details. 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 Government Wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government Wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is:� 72110 Hotel (except Casino Hotels) and Motels. Size Standard is $35 million. The Service Code is V231� TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL A need is anticipated that the contractor shall provide lodging and breakfast for to up to 62 COI personnel from 21 June 2021 through the morning of 26 June 2021; lodging and breakfast needs are identified in Paragraph 5.2.4 of this Performance Work Statement.� The contractor shall provide a conference room or banquette hall and buffet or dinner which can accommodate 75 personnel on 22 June 2021.� The conference room will be equipped with audio and visual equipment, including microphone and speakers.� The contractor shall provide parking spaces for 15 vehicles. The contractor shall be able to provide transportation of guests to and from Louisville International Airport on 22, 23, 24, 25 and 26 Jun 2021. The contractor will accommodate two touring buses to pick up and drop off guests daily. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. In response to this Sources Of 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 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, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 betaSAM 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. PLEASE SEE THE ATTACHED PERFORMANCE WORK STATEMENT (PWS)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/04352f4fae1849d9bfeb9ffbc8cb40c1/view)
- Place of Performance
- Address: Louisville, KY 40202, USA
- Zip Code: 40202
- Country: USA
- Zip Code: 40202
- Record
- SN05998809-F 20210513/210511230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |