Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOURCES SOUGHT

V -- MEALS, LODGING AND TRANSPORTATION FOR EL PASO MEPS

Notice Date
8/27/2008
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Knox, ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-08-R-0051
 
Response Due
9/2/2008
 
Archive Date
11/1/2008
 
Point of Contact
shirley.g.williams, 502-624-4268<br />
 
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 ElPaso Military Entrance Processing Station located at 6380 Morgan Avenue BLDG 6380, Suite E, ElPaso, TX 79906-4610 during the period 1 January 2009 through 31 December 2009, with 4 one-year option periods. Daily services include, but are not limited to, supper, overnight lodging, breakfast, and the following morning, enmass transportation to the MEPS immediately following breakfast, and evening transportation for applicants receiving night testing. The daily average number of applicants requiring services is 11; the daily maximum is 30. Applicants are typically lodged two per room, males separate from females. A minimal number of single billeted rooms will be also required. Services are required every Sunday through Thursday, and up to as many as 30 Fridays per year. The appropriate NAICS code is 721110 with a size standard of $7,000,000.00. The price per applicant is capped at $85.00 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 pm until 10:00 pm. 3)Breakfast from 5:30 am until 6:00 am. 4)Emergency lunches from 11:00 am. 5)Meals for applicants arriving after 10:00 pm. 6)At least one recording security camera (recordings maintained for at least 30 days) 7)A dedicated contractor or subcontractor liaison on-site at all times applicants are in the lodging facility to monitor activity in and around the hotel, and to deal with applicant questions, concerns and issues. 8)Interior guest room entry 9)Guest room windows will open no more than 6 inches. 10)No cook stoves/range top or garbage disposals in guest rooms 11)The contractor's facility shall comply with applicable fire and safety codes and regulations. 12) Transport applicants daily to arrive enmass at the MEPS no later than 6:30 am. 13) Provide evening transportation for an estimate 1-2 applicants from the MEPS to the hotel; estimate of 1 trip per evening. 14) Provide transportation, when requested from MEPS, airport and/or bus station to lodging facility. 15) 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 procurement 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 Tuesday, 2 September 2008. 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 for payment. 2. A statement indicating the offerors proposed facility meets all the requirements listed above. 2. A synopsis of the contractor's capabilities. 3. Company size: small or large, HUBZone, 8(a), SDB, Woman-owned, Service disabled veteran-owned. 4. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business. 5. Contact information, to include name, e-mail address, phone number, and fax number. 6. Name and address of the proposed lodging facility. 7. Distance from lodging facility to MEPS (see above for MEPS address) 8. Total number of single rooms and total number of double rooms. 9. Name and address of the proposed eating establishment. 10. Security features of the lodging facility
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=932875532e31c50b94c82b9cdedd4f38&tab=core&_cview=1)
 
Place of Performance
Address: EL PASO MEPS 6380 MORGAN AVENUE, BLDG 6380, SUITE E EL PASO TX<br />
Zip Code: 79906-4610<br />
 
Record
SN01653269-W 20080829/080827222423-932875532e31c50b94c82b9cdedd4f38 (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.