Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

V -- MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR MEALS, LODGING, AND TRANSPORTATION FOR MILITARY ENTRANCE PROCESSING STATIONS (MEPS) LOCATED THROUGHOUT THE UNITED STATES AND POTENTIALLY INCLUDING PUERTO RICO, HAWAII, AND ALASKA.

Notice Date
3/20/2012
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-12-R-0037
 
Response Due
5/25/2012
 
Archive Date
7/24/2012
 
Point of Contact
Terri Corbett, 502-624-8069
 
E-Mail Address
MICC Center - Fort Knox
(terri.corbett@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command Mission Contracting Office-Fort Knox (MICC MCO-Fort Knox) intends to issue a request for proposal (RFP) for a Multiple Award Task Order Contract (MATOC) (i.e. multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ contracts)) for HQ USMEPCOM for Meals, Lodging, and Transportation (ML&T) services at various Military Entrance Processing Stations (MEPS). MEPS are currently located throughout the United States, including Puerto Rico, Alaska, and Hawaii. The period of performance (yet to be determined) will be for one year and will include four one-year options periods. Options will be exercised at the government's discretion. It is anticipated these contracts will be effective 1 January 2013; however, in the event the contracts are awarded sooner, the period of performance may start sooner than January 2013. The base and all option periods will consist of one year. The government intends to issue a single solicitation which will result in award of approximately three to five ID/IQ contracts. The solicitation will be issued as a negotiated procurement. Offerors will be required to submit both a technical and price proposal. Proposals will be evaluated using best value trade-off source selection procedures. The government intends to award without discussions; therefore, the offeror's initial proposal shall contain its best offer from a technical and price stand point. This acquisition is unrestricted; all responsible sources may submit a proposal(s). The appropriate NAICS code is 721110 with a size standard of $30,000.000.00. The maximum program value is $230,000,000.00. At no time will the sum of all task orders issued exceed the program value. Each awarded ID/IQ contract will include a one-time minimum guarantee of $2,000.00. The government will issue a task order and pay the sum of $2,000.00 to each awardee for attendance at a mandatory post-award meeting to be held at the Fort Knox MICC-MCO, Bldg 1109B, Fort Knox, KY. The minimum guaranty is Subject to Availability of Funds (SAF). No contract(s) will be awarded until funding for the guaranty is made available. Payment for this task order will be made by US MEPCOM government purchase card (GPC). As the need for service arises, the government will issue a Request for Task Order Proposal (RTOP) to each contract holder calling for proposals. The government may limit the number of task order proposals to be accepted from each contractor. Proposals will be evaluated on a best value-trade off basis and a task order awarded to the contractor offering the best value. The successful contractor(s) shall be capable of providing quality and safe lodging, meals, and transportation, including but not limited to, supper, overnight lodging, breakfast the following morning, en-mass transportation to the MEPS immediately following breakfast and evening transportation for applicants receiving night testing at various MEPS locations around the United States, including Puerto Rico, Alaska, and Hawaii. Each applicant typically will be lodged for only one night. This acquisition is not for long term stays. 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 actual number of applicants requiring service will be stated at the task order level. Payment will be made monthly using as many as 17 government purchase (credit) cards. All interested contractors must be registered in Central Contract Registration; registration must be completed electronically at www.ccr.gov. The solicitation will be posted on the FedBizOpps (fbo) website at www.fbo.gov ; it may be posted as early as 1 April 2012 and will have a minimum of 30 day response period. Offerors will be required to submit their proposal in paper and electronic version. Amendments will also be posted to the fbo website; offerors are cautioned to check the website frequently and acknowledge all amendments. The government will not compose or maintain any type of solicitation mailing list. Each offeror is responsible for all costs of producing and mailing its proposal. The proposal must be written, submitted in accordance with the instructions contained in the solicitation, and shipped to MICC MCO, Attn: CCMI-CKX-KX, Bldg 1109B, Ste 250, 199 6th Ave, Fort Knox, KY 40121-5720. Package exterior must be marked with solicitation number and proposal due date. Proposals will not be accepted by email or facsimile. All questions must be submitted in writing and may be emailed to terri.corbett@us.army.mil, or faxed to the attention of Terri Corbett at 502-624-7165 or 502-624-5869.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e87d9a553e9928930600d3b16688020)
 
Place of Performance
Address: MICC MCO - Fort Knox Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02701527-W 20120322/120321000431-3e87d9a553e9928930600d3b16688020 (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.