Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOURCES SOUGHT

73 -- MEALS AND HOUSING FOR THE JUNIOR CADET LEADERSHIP CAMP (JCLC) 8-12 JULY 08

Notice Date
5/14/2008
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, Installation Support Division - Eustis, ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W900NB8100R59
 
Response Due
5/23/2008
 
Point of Contact
hilliards, 757 878-2800
 
Small Business Set-Aside
Total Small Business
 
Description
The Installation Contracting Command and Enterprise Installation Command, Directorate of Contracting, Fort Lee, Fort Eustis Branch, Building 2746, Fort Eustis, VA 23604. This is a SMALL BUSINESS SOURCES SOUGHT ANNOUNCEMENT ONLY. It is not a solicitation announcement. Responses to this announcement will be used by the Government to make better informed and appropriate acquisition decisions. The ICC&EIC is seeking information on sources that can host the Junior Cadet Leadership Camp (JCLC) sponsored by the Washingtonville High School, 54 West Main Street, Washingtonville, NY 10992. See Performance Work Statement. C.1. Background: CCR 145-2 requires each JROTC unit to annually conduct a camp. C.2. Scope: The contractor must feed and house 275 cadets for four days. Emergency medical capability must be present, and communications must exist to seek medical evacuation if necessary. Facilities must be self-contained so as to provide on-site billeting, feeding, and showering. C.3. Definitions C.3.1. CCR: US Army Cadet Command Regulation C.3.2. JROTC: Junior Reserve Officers Training Corps C.3.3. SAI: Senior Army Instructor C.3.4. AI: Army Instructor C.4. Specific Tasks: C.4.1. Contractor will billet 275 cadets instructors/chaperones. Billeting must protect personnel from rain and extreme elements of the weather. C.4.2. Contractor must feed 275 cadets and instructors/chaperones as follows: 275 cadets each meal to be served as follows: 4 breakfast meals, 4 dinner meals (dinner 3 plus BBQ), and 2 lunch(BBQ) meals. All meals must be nutritionally balanced. Water must be available with each meal. C.4.3. Contractor will be responsible for the administration and safety of the camp with the assistance of JROTC instructors. C.4.4. Contractor must provide resident emergency medical care, and must have the capability to coordinate medical evacuation. C.4.5. Contractor must provide continuous staff presence during the camp, and must provide a safe environment for personnel. C.4.6. Contractor must provide separate male and female shower facilities. Showers must have hot water. C.4.7. Contractor must have the capability of receiving and delivering emergency messages from cadets families. C.5. Government-Furnished Property and Services: C.5.1. Certified JROTC SAIs and AIs to conduct training. All instructors from each participating high school will attend camp. C.5.2. Certified adult civilian chaperones to assist camp operations. Approximately one adult (defined as instructors and civilian chaperones) per ten cadets will attend camp. C.6. Contractor-Furnished Items: Contractor must provide billeting, showers, food, training facilities, emergency communications, and emergency medical care so as to conduct camp requirements in accordance with CCR 145-2. The anticipated period of performance is 08 July 2008 thru 12 July 2008. The purpose of this announcement is to determine the commercial aspects of this requirement, to determine the market capability; and to gain knowledge of potential qualified small business sources and their size classification (hubzone, 8(a), small, small disadvantaged, veteran-owned or service-disabled veteran-owned small business) relative to NAICS 722310, Food Service Contractor (size standard of $19.0 million). Responses from business firms shall include a statement of whether these services can be procured commercially in accordance with FAR 12 and capability statement. Your response shall include the following information: size of company (i.e., 8(a), Hubzone, WOSB, SB, Veteran, SDVOSB), number of employees, average revenue for last three years, relevant past performance on same/similar work dating back five years, and your company's capability to do this type of work to compete for this acquisition. This information or questions should be sent to ICC&EIC by COB 23 May 2008, ATTN: Sharon R. Hilliard, Contract Specialist, Bldg 2746 Harrison Loop Complex, Fort Eustis, VA 23604-5532 or by e-mail at sharon.regina.ford@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3d59de3ef3ee0c5ff038d847b8ff34ae&tab=core&_cview=1)
 
Place of Performance
Address: ACA, NRCC, Installation - Fort Eustis ATTN: ATZF-DPC, 2746 Harrison Loop Complex Fort Eustis VA
Zip Code: 23604-5532
 
Record
SN01573584-W 20080516/080514221607-3d59de3ef3ee0c5ff038d847b8ff34ae (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.