Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOURCES SOUGHT

X -- Retreat Lodging Facilities and Services

Notice Date
10/26/2007
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S808Q0000
 
Response Due
11/9/2007
 
Archive Date
1/8/2008
 
Point of Contact
Natanielle Little, 2539663474
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(natanielle.little@army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT AND COMMENTS REQUESTED on plan to lease lodging facilities and guest services for soldiers under the Strong Bonds program at Fort Lewis, WA. The Government intends to award a firm-fixed price Blanket Purchase Agreement for a base + 4 option years. The requirement will include lodging, meals, conference facilities, and babysitting services. A description of the requirement details is as follows: LODGING: Facility must be able to accommodate 25 to 50 rooms per retreat. Rooms shall include at minimum double beds or larger with the following amenities; TV, iron, hairdryer, microwave, room service, bathroom and adequate room for a childs basinet/crib . The facility must have the ability to turn off or block the movie channel(s), not charge soldiers and/or put holds on debit and/or credit cards and provide a document of all US Army personnel with room numbers to the Chaplain Assistant in charge of accou ntability upon request. The facility must contain standard handicap accessible amenities to include a driveway to accommodate a bus, van, and or cars to unload luggage and give families the ability to unload small children with spouses, lowering risk to sa fety. Also desired are discounts to diversions in the area and free/no cost nature and/or activities, i.e., hiking trails at Multnomah Falls and Mt. Rainier, Water Slide Park, beach access, swimming pool, etc. Timeframe of Retreats - Standard duration of retreats are 2 nights and 3 days with preference to week days (Monday-Friday), starting with lunch on day 1 and ending with lunch on day 3. CONFERENCE FACILITIES: At minimum, each lodging facility must be equipped with a conference facility/training ro om that can accomplish a variety of training formats to include standard tables with chairs, chairs only, that can be re-arranged at will. Conference facility shall furnish standard Audio Visual equipment, i.e. Power Point/computer, lite-pro, large screen TV, DVD, screen alongside training room resources, such as pens, pencils, paper, bottled water, etc. Typical training per retreat equals12 hours of training per day. CHILD CARE SERVICES: The lodging facility must be authorized to provide onsite child care services, have motel liability insurance, onsite caregiver liability insurance, 30 square feet per child, certified care providers whom are experienced to administer channeled age related activities, babysitting provided through meals while childrens hea lthy meals are provided by caregiver or motel. Each child care contractor must be able to offer services during free time at the parents expense. MEALS: Lodging facility must be proficient in providing onsite catering of breakfast, lunch, dinner meals and breakservices throughout the retreat. To include breakfast (meat, eggs, fruit, juice, coffee, bread or pastry), lunch (meat, salad, vegetables, bread, desert), and candle-light dinner (meat, salad, vegetables, bread, desert). Vegetarian options shall be p rovided upon request. All meals to be dispensed at an onsite dinning facility large enough to accommodate the group in its entirety. Each dinning facility should be furnished with proper dinning tables with; table cloths, silverware, and adequate dishware. The dinning facility must have the basic ability of providing box lunches upon request and breakservices for training days. The size standard for any concern, including its affiliates, with an average annual sales or receipts for it preceding three fiscal years shall not be more than $6.5 million. NAICS: 721110. All offerors must have completed CCR registration. Information shall be accepted from all business concerns, but interested vendors must indicate whether or not they are a small business as well as any other vendor categories under which they intend to submit information. Request for information may be emailed to nata nielle.little@us.army.mil . Information shall be submitted no later than 09 November 2007.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01441776-W 20071028/071026223542 (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  © 1994-2020, Loren Data Corp.