Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOURCES SOUGHT

V -- MEALS, LODGING AND TRANSPORTATION FOR ANCHORAGE MEPS

Notice Date
3/24/2008
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-08-R-ANCHORAGE
 
Response Due
4/3/2008
 
Archive Date
6/2/2008
 
Point of Contact
shirley.g.williams, 502-624-4268
 
E-Mail Address
Email your questions to ACA, Fort Knox
(shirley.g.williams@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Fort Knox Directorate of Contracting is conducting market research for the following requirement: Meals, Lodging and Transportation for the Anchorage Military Entrance Processing Station located at 1717 C Street, Anchorage, Alaska 99501-5161 dur ing the period 1 October 2008 through 30 September 2009, with 4 one-year option periods. Daily services include, but are not limited to, supper, overnight lodging, breakfast the following morning, and enmass transportation to the MEPS immediately following breakfast. The daily average number of applicants requiring services is 7; the daily maximum is 20. An estimated of 15 applicants annually will require service under emergency situations. Applicants are typically lodged two per room, males separ ate from females. A minimal number of single billeted rooms will be also required. Services are required Sunday through Saturdays. The appropriate NAICS code is 721110 with a size standard of $6,500,000.00. The price per applicant is capped at $175.00 f or the summer months (May, June, July and August) and $125.00 for the winter months (September, October, November, December, January, February, March, and April inclusive. Payment will be made using the Government IMPAC (credit) card. The following is the governments minimum requirements: 1) DoD approved transportation (if provided by a non-organic source). Must be approved at the time proposal is submitted. 2) Supper meals available from 5:00 p.m. until 10:00 p.m. 3) Brea kfast from 5:00 am until 5:45 am. 4) Emergency lunches from 11:30 am until 1:00 pm. 5) Meals for applicants arriving after 8:00 pm. 6) Brief description of security plan. 7) Interior guest room entry. 8) Guest room windows will open no mor e than 6 inches. 9) No cook stoves/range top or garbage disposals in guest rooms. 10) The contractor's facility shall comply with applicable fire and safety codes and regulations. 11) Transport applicants daily to arrive at the MEPS no later than 6:00 am. 12) On occassion, transport applicants conducting night testing from MEPS to contractors facility.; anticipate no more than one trip in the evening. This is not typically a daily occurrence. 13) Provide transportation, when re quested, from airport and/or bus station to lodging facility. 14) Double sets of amenities in each guest room that houses two applicants. This synopsis is not a request for proposal. It is a market research tool being used to determine pro curement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. NOTE: For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the labor with its own employees. Prime contractors cannot subcontract the entire effort. Again, this applies only to small business set-asides. Responses to this announcement must be received no later than 2:00 p.m. on We dneday, April 3rd. Response should be emailed to shirley.g.williams@us.army.mil or faxed to Shirley Williams at 502-624-5869 or 502-624-7165, and should include the following: 1. A statement indicating the offerors ability to accept credit card f or payment. 2. A statement indicating the offerors proposed facility meets all the requirements Listed above. 3. A synopsis of the contractor's capabilities. 4. Company size: small or large, HUBZone, 8(a), SDB, Woman-owned, Service disabled veteran-owned. 5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside f or small business. 6. Contact information, to include name, e-mail address, phone number, and fax number. 7. Name and address of the proposed lodging facility. 8. Distance from lodging facility to MEPS (see above for MEPS address) 9. Total number of single rooms and total number of double rooms. 10. Name and address of the proposed eating establishment. 11. Security features of the proposed lodging facility.
 
Place of Performance
Address: ANCHORAGE MEPS 1717 C STREET ANCHORAGE AK
Zip Code: 99501-5161
Country: US
 
Record
SN01540018-W 20080326/080324224747 (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.