Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SOURCES SOUGHT

V -- Lodging with Reservation System

Notice Date
6/26/2024 12:22:47 PM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NX USPFO ACTIVITY PAANG 171 CORAOPOLIS PA 15108-4805 USA
 
ZIP Code
15108-4805
 
Solicitation Number
Lodging
 
Response Due
7/31/2024 11:00:00 AM
 
Archive Date
08/15/2024
 
Point of Contact
Kaity Fuga, Phone: 4127767455, Steve Sisneros, Phone: 4127767387
 
E-Mail Address
kaitlynn.fuga@us.af.mil, steven.sisneros.2@us.af.mil
(kaitlynn.fuga@us.af.mil, steven.sisneros.2@us.af.mil)
 
Description
This is a Sources Sought for potential offerors to support the 171st Air Refueling Wing (171 ARW) located in Coraopolis, PA. This is�not�a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB) and�does not�serve to bind the U.S. Government in any way. �Interested parties�shall not�be reimbursed for�any�costs associated with preparation of their responses. 171 ARW is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential sources to provide lodging of at least five locations and the capability of providing a hotel reservation system for our organization. Additionally, an app must be provided that will allow members to reserve their own rooms and allow the Government to create rules within the app. System must provide unique IDs to access the system. Users must be able to reset their passwords via telephone. Members must be able to make, change, and cancel reservations using their smartphone. Government representative must be able to reset a member�s password and disable accounts. Government representative must be able to create lodging rules for members, including commuting distance, flight crew, double room assignment, and consideration of rank. The system must ensure that a member is not lodged at more than one location during a requested date period. The system must show current inventory status on screen and in reports. The system must record no-shows and walk-ins. The system must queue requests for lodging when out of inventory. The system must have the ability to fax lodging reservations, change, and cancel requests to each lodging site. The system must be able to list the names of all assigned members at a given lodging site, by date. The system must be able to export lodging assignments to Excel. The system must have an audit log that tracks call activity. The administration screen must be user ID and password protected, with the ability to restrict defined administration screen options based on profile. The system must be able to view all upcoming reservations for a member and all reservations at a defined lodging site for a selected date. The system must allow site to define each UTA period. The system must allow for reports to be presented to the screen, to a defined printer, .pdf file, and Excel. The North American Industry Classification System (NAICS) is 721110. For a Contractor to be considered under one of the socioeconomic classifications, it�must�perform a minimum of 50% of the work with its own employees (FAR 52.219-14, Limitations on Subcontracting). Responses to this notice will be used by the Government to make the appropriate acquisition decision.� Responses to this Sources Sought shall include: Business Name CAGE Code & DUNS Number Physical/Mailing Address Business Size Point of contact Firm's Capability Statement Socio-Economic Status: i.e., HUBZone, Service-Disabled Veteran Owned Small Business (SDVOSB), 8(a), Women Owned Small Business (WOSB), etc. List of relevant references The Capability Statements shall be no more than 5-pages in length. Interested parties can e-mail their capabilities and relevant history to Steve Sisneros at steven.sisneros.2@us.af.mil and Kaity Fuga at kaitlynn.fuga@us.af.mil, no later than 2:00 p.m. Eastern Standard Time, 31 July 2024. Facsimiles will not be accepted. This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government nor does it constitute an order. A solicitation is not currently available. If a solicitation is issued, it will be announced on Contract Opportunities website http://www.sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b8e0da4bffa480f9f91f20acc900805/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN07109500-F 20240628/240626230123 (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 |
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.