SOURCES SOUGHT
V -- Establish a Blanket Purchase Agreement to Support Fort Sill Overflow Off-Post Lodging/Hotel
- Notice Date
- 12/8/2025 12:24:18 PM
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W6QM MICC-FT SILL FORT SILL OK 73503-0501 USA
- ZIP Code
- 73503-0501
- Solicitation Number
- PANMCC25P0000031507
- Response Due
- 12/23/2025 12:00:00 PM
- Archive Date
- 01/07/2026
- Point of Contact
- Brandi O'Daniel, Phone: 5209441791, Sommer Roach, Phone: 5207184787
- E-Mail Address
-
brandi.l.odaniel.civ@army.mil, SOMMER.P.ROACH.CIV@ARMY.MIL
(brandi.l.odaniel.civ@army.mil, SOMMER.P.ROACH.CIV@ARMY.MIL)
- Description
- The Mission and Installation Contracting Command (MICC) Fort Sill, OK is issuing this sources sought for informational and planning purposes only. Information gathered will provide required market research to identify potential sources having an interest in providing overflow lodging for soldiers that are in-processing and/or attending training at Fort Sill, OK army post. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUCTED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATON TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPERATION FO RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. CONTACT WITH ANYONE OTHRE THAN THE POCS LISTED BELOW IN THIS ANNOUNCEMENT BY INTERESTED PARTIES OR THEIR EMPLOYEES REGARING THIS POTENTIAL ACQUISITION IS PROHIBITED. REQUIRED CAPABILITIES Lodging shall be within a 10-mile radius from Fort Sill one way. Requirement for hotel room(s) will only be for after the student bed capacity on Fort Sill has been filled. If a student Soldier has greater than two training weeks/ten training days left in their course and a bed does become available on Fort Sill, the Solider will be relocated to IHG Fort Sill for remainder of their training course. Supplies and services may include: Lodging � 2 beds per room. In Room: television with remote, coffeemaker (to include filters and coffee or coffee packs, cups, sugar/sweetener, stirrers), hair dryer, and desk in good and safe working order. Laundry Room on site and operational for Soldiers use at their expense. Copier and fax services (Personal use of copier and fax services is the responsibility of the Soldier and will be paid by the Soldier). Continental Breakfast Fitness Center Vending Machine Ice Machine Free Access to Internet/Wi-Fi for Soldiers ELIGIBILITY The applicable NAICS Code for this requirement is 721110, Hotels Except Casinos, and the Product Service Code (PSC) is V231, Transportation/Travel/Relocation Travel/Lodging/Recruitment: Lodging, Hotel/Motel. The Mission and Installation Contracting Command (MICC), Fort Sill, OK, intends to award a five-year Blanket Purchase Agreement (BPA) to a maximum of three local contractors that meet the requirement. Call outs made against the BPA shall be made only by the authorized individuals possessing a Government Purchase Card (GPC) and who are authorized by MICC Fort Sill. SUBMISSION DETAILS Interested organizations should submit a brief capabilities statement package demonstrating ability to provide the services capable of meeting or exceeding the Government�s requirement. Documentation should be in bullet form as much as possible. No phone calls or email inquiries with regards to status of any future RFP will be accepted prior to its release. To receive consideration respondents must submit a brief response that includes the information requested in this notice., including answers to the relevant questions listed below. The response must not exceed 15 pages (Arial font not smaller than 12-point.) Send responses in PDF format by email to the POC identified below. Include the synopsis number and company name in subject line of the email response. All responses shall include, at a minimum, the following information. Company�s full name, address, telephone number, point of contact with email address, and Federal Tax Identification Number. Company�s Unique Identification Number (UEI) and Cage Code for System for Award Management (SAM). A statement indicating the offeror�s ability to accept payment via Government Credit Card. Company Size: small or large, HUBZone, 8(a), SDB, Woman-owned, Service Disabled Veteran-Owned. Set aside criteria will be considered. Vendor Capability Statement to include Government Per Diem room rate. Brevity of information is desired. Information should be sent via e-mail to the Contracting Officer at brandi.l.odaniel.civ@army.mil and the Contract Specialist at sommer.p.roach.civ@army.mil. Responses are requested by 2:00 PM CST December 23, 2025. The submission is for Planning Purposes only and is not to be constructed as a commitment by the Government to procure any supplies or services, or for the government to pay for the information received. No solicitation document exists at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/863f431b514d4770903d78b647f0e322/view)
- Place of Performance
- Address: OK 73503, USA
- Zip Code: 73503
- Country: USA
- Zip Code: 73503
- Record
- SN07660144-F 20251210/251208230037 (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 |