Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOURCES SOUGHT

X -- Hotel Retreat and Childcare - Sources Sought

Notice Date
10/15/2015
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-16-Q-0003
 
Archive Date
11/4/2015
 
Point of Contact
Xavier L. Rice, Phone: 850-884-3264
 
E-Mail Address
xavier.rice@us.af.mil
(xavier.rice@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought NOTICE: Sources Sought/Request for Information (RFI) SOLICITATION #: FA4417-16-Q-0003 POSTING DATE: 15 October 2015 RESPONSE DATE: NLT 20 March 2015 2:00 p.m. CST NAICS Code: 721110 Hotels (except Casino Hotels) and Motels SB Size Standard: $32.5 M This announcement constitutes a Sources Sought Synopsis (market survey). This is not a request for quote (RFQ) or a request for proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Government will not pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought synopsis shall be voluntary. This Sources Sought Notice is for Market Research purposes only. The information submitted in response to the Sources Sought Notice will not be utilized to determine vendor standing in any future/potential Request for Quote/Request for Proposal, nor will it be utilized to determine if a vendor is qualified to submit a Request for Quote/Request for Proposal for any future/potential requirement. The notice and the information received shall not be used to determine how well respondents can perform a requirement, which can only be evaluated in response to a solicitation. Vendors will not receive formal notification or feedback on any information submitted in this Sources Sought request. All future/proposed submissions/solicitations requirements solicited on a Government Point of Entry will be evaluated independent of any information submitted in response to this Sources Sought Notice. No vendor will be provided information on solicitations issued on a Government Point of Entry based on this Sources Sought request. This Sources Sought Notice is relative to the NAICS code 721110. The Small Business size standard for this NAICS code is $32.5 M. Large and Small Businesses are invited to answer this market survey to determine market capabilities. Hurlburt Field, FL, is conducting market research to determine the existence of potential sources to provide 4-star hotel or deluxe resort quality lodging in accordance with the SOW: The potential requirement will consist of the contractor providing: 1. 0001 Event complete with lodging, meeting spaces, and meals 2. 0002 Childcare NOTE: Please submit electronic response indicating capability to supply the aforementioned item(s) via line card or published description (no more than 3 pages) as well as POC (name, telephone # and email address) along with contractor's CAGE, DUNS, and the physical location of your facility to the individuals listed within this notice. All work shall be performed at the contractor's facility. This request may not directly lead to a Request for Quotation/Proposal. Deadline for submission is 11:00 a.m. CST, 21 October 2015. Required Information: Any interested party who can offer all of the above may submit a written reply of not more than 3 pages, addressing each of the above items and defining how their location is capable of ALL of the minimum requirements listed above. Response deadline: 11:00 a.m. CST, 21 October 2015 Where to send responses: Xavier.Rice@us.af.mil 850-884-3264 Other information: When and if released, the solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) or GSA E-Buy (www.gsaadvantage.gov ) STATEMENT OF WORK 24 SOW CHAPLAIN-LED SPECIAL TACTICS FAMILY SUSTAINMENT REINTEGRATION PROGRAM FOR VARIOUS UNITS 1. DESCRIPTION OF SERVICES: The contractor shall provide 4-star hotel or deluxe resort quality lodging in accordance with (IAW) paragraph 1.4, meeting spaces IAW paragraph 1.2., meals throughout the retreat in/near meeting spaces IAW paragraph 1.3, and childcare for the participants of the retreats IAW paragraph 1.5. Location shall be within 10 miles of downtown Charlotte, NC *Childcare shall be provided when specified in the solicitation. Childcare shall be provided IAW paragraph 1.5. 1.1 Description of Service: The contractor shall provide one (1) event complete with lodging, meeting spaces, meals, and childcare on the date and for number of participants noted in paragraph 1.6. 1.2 Meeting Space: The contractor shall provide one (1) adult meeting room and two (2) childcare meeting rooms for each of the events. Each meeting space requirement includes audio visual support, tables and chairs to support the participants. Proposals shall include any and all applicable service or set-up fees. 1.2.1 For each event, provide one adult meeting space to accommodate the numbers of participants defined in paragraph 1.6 with audio visual support, tables (8 top preferred), and chairs available from 4:00 p.m. until 9:00 p.m. on Friday; 7:00 a.m. until 11:00 p.m. on Saturday; and 7:00 a.m. until 12:00 noon on Sunday. The audio visual support shall include power cords, projection screens, projector cart, MP3 (e.g. iPod) audio-in jack to room sound, audio support, easels and onsite technical support for each adult meeting room. *1.2.2 For each event, provide two childcare meeting rooms to facilitate younger and older children from 5:00 p.m. until 10:00 p.m. on Friday and 9:00 a.m. until 1:00 p.m. and from 6:00 p.m. until 11:00 p.m. on Saturday and from 10:00 a.m. until 1:00 p.m. on Sunday. Both childcare rooms shall have a television with DVD player. 1.3 Meals: The contractor shall provide five (5) meals for each participant of each event: 2 breakfasts, 2 lunch, and 1dinner. The meals will be provided in the meeting spaces. The contractor shall coordinate with the POC on meal selection. Meal examples: Full hot breakfast buffets, buffet lunch, and dinner buffets. All shall include vegetarian and non-vegetarian items and vegan or other dietary needs as specified (i.e. Gluten Free) prior to the event. Proposals shall include proposed food selections and any and all applicable service fees. *1.3.1 Children shall be served Friday dinner, Saturday lunch and dinner separate from adults by childcare providers. Adults and children will eat breakfast together Saturday and Sunday. 1.4 Lodging: The contractor shall provide the number of lodging rooms on the given dates listed in paragraph 1.6. For all events, the lodging rooms shall be available for check-in at 3:00 p.m. on the first day of each event and check-out no earlier than 1:00 p.m. on the last day of each event. A variety of lodging rooms must be available to meet the needs of larger families, smaller families, couples, and spouse/single airmen attendees without children. All rooms will be located on the same floor. 1.4.1 For families, spouses and single airmen w/ 3 or more children, lodging rooms will have 3 separate bedrooms from the main living. The primary sleeping area will have at least a queen size bed; the other sleeping areas will have a minimum of at least one full bed, two single beds, one set of bunk beds and a pull-out sofa sleeper. *1.4.2 For families, spouses, and single airmen w/ children (non-infants), lodging rooms will have 2 separate sleeping areas from the main living area. The primary sleeping area will have at least a queen size bed; the other sleeping areas will have a minimum of at least one full bed, two single beds, one set of bunk beds and a pull-out sofa sleeper. 1.4.3 For couples, spouses and single airmen without children lodging rooms will at least a studio style room and where the primary sleeping area will have at least a queen size bed. *1.5 Childcare: The contractor shall provide childcare by a licensed provider for event on Friday from 5:00 p.m. until 10:00 p.m. and on Saturday from 9:00 a.m. until 1:00 p.m. and from 6:00 p.m. until 11:00 p.m. and from 10:00 a.m. until 1:00 p.m. on Sunday. Childcare provider must be licensed within the state where there facility hosting the event is located and appropriate child-to-provider ratio. *1.5.1 The childcare provider will serve Friday dinner, Saturday lunch and dinner to all children. Meals shall be provided by the contractor to the childcare contract employees. *1.5.2 The childcare provider will deliver a physically and mentally age appropriate program which includes toys and activities for the children. If outdoor activities are available, childcare will spend at one quarter of the allotted time doing outdoor activities. Parents will need to approve their children for water activities. A Saturday night movie is acceptable but must be approved by the event POC before showing. *1.5.3 The childcare providers shall submit a childcare activity plan to the event POC for approval prior to start date. *1.5.4 The childcare providers must have access to separate rooms within the lodging facility for age appropriate grouping. Childcare facilities will have direct door/window access to outside for ventilation. 1.6: Requested Dates and Requirements: (Will be filled in for each event) Event Title: TBD Primary Dates: TBD Alt Dates: TBD Hotel Rooms: TBD Total Adults: TBD Total Children: TBD Total People: TBD Meeting Spaces: One (1) adult meeting room and two (2) childcare meeting rooms for each of the events Performance dates and the total number of participants will vary between each event requirement. The contractor shall, however, perform event services in accordance with this Performance Work Statement, regardless of differing dates or number of participants. 1.6.1 Alternate Dates: The government or contractor may have to re-schedule an event due to unforeseen circumstances. The government reserves the right to re-schedule at no additional cost, to an alternate date providing at least a 5-day notice is given to the contractor in writing. The contractor shall offer new dates for the rescheduled event(s). 1.6.2 Reimbursement/Credit: The Government may have unused/vacant rooms due to unforeseen circumstances. The Government shall not be charged for unused/vacant rooms. 1.7 Activities: The contractor shall provide daily use of activities at no additional costs to include the following: onsite fitness center, pool, whirlpools, cable television, free parking and close proximity of beach/vacation activity areas. 2. GENERAL INFORMATION 2.1 Contractor Personnel: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate or alternates, who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start date. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager and alternate or alternates must be able to read, write, speak, and understand the English language.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-16-Q-0003/listing.html)
 
Place of Performance
Address: Charlotte, NC, Charlotte, North Carolina, United States
 
Record
SN03922327-W 20151017/151015234308-29afd599dc422d312f1f594bb80f833d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.