Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOURCES SOUGHT

V -- MEALS, LODGING, AND TRANSPORTATION FOR SAN JUAN MEPS

Notice Date
7/10/2009
 
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
SAN_JUAN_MEPS_MEALS_LODGING_TRANSPORTATION
 
Response Due
7/17/2009
 
Archive Date
9/15/2009
 
Point of Contact
Cheryl Benitez, 502-624-4268<br />
 
E-Mail Address
ACA, Fort Knox
(cheryl.benitez@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Fort Knox Mission and Installation Contracting Command is conducting market research for the following requirement: Meals, Lodging and Transportation for the San Juan Military Entrance Processing Station (MEPS) located at 218 Brook Street, Fort Buchanan, Puerto Rico 00934. The period of performance is 1 April 2010 through 31 March 2011, with 4 one-year option periods. Daily services include, but are not limited to, supper, overnight lodging, breakfast 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 23; the daily maximum is 55. Applicants are typically lodged two per room, males separate from females. A minimal number of single billeted rooms may 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 base period per-applicant price is capped at $180.00 inclusive. Payment will be made monthly using as many as 17 Government purchase (credit) cards. 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. Taxi or Limousine, unless DoD approved, are not permitted. 2) Supper meals available from 5:00 pm until 10:00 pm. 3) Breakfast from 5:00 am until 5:30 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 ONLY. 9) Guest room windows will open no more than 6 inches. 10) Lodging facilities with casinos located on the hotel property will not be accepted. 11) No cook stoves/range top or garbage disposals in guest rooms. 12) The contractor's facility shall comply with applicable fire and safety codes and regulations. 13) Transport applicants daily to arrive enmass at the MEPS no later than 6:00 am. 14) Provide evening transportation for an estimated 2-5 applicants from the MEPS to the hotel; estimate of 1 trip per evening at approximately 6:00 p.m. 15) Provide transportation, when requested from MEPS, airport and/or bus station to lodging facility. 16) 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. Contractors interested in providing these services should submit their statement of interest to Cheryl Benitez no later than 2:00 p.m., Fort Knox local time, 17 July 2009. Response should be emailed to cheryl.benitez@us.army.mil or faxed to Cheryl Benitez at 502-624-5869 or 502-624-7165. Please include the following information: 1. Company's full name, address, telephone, and poc with email address. 2. A statement indicating the offeror's interest in submitting a proposal. 3. A statement indicating the offerors ability to accept credit card for payment. 4. A statement indicating the offerors proposed facility meets, or will meet by contract start, all the requirements listed above. 5. A synopsis of the contractor's capabilities. 6. Company size: small or large, HUBZone, 8(a), SDB, Woman-owned, Service disabled veteran-owned. 7. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business; (not applicable if your company is a Large Business)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK21/SAN_JUAN_MEPS_MEALS_LODGING_TRANSPORTATION/listing.html)
 
Place of Performance
Address: ACA, Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY<br />
Zip Code: 40121-5000<br />
 
Record
SN01872293-W 20090712/090711001031-f23802c00ceb90af46e3fb66c5323438 (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.