Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOURCES SOUGHT

V -- Meals, Lodging, and Transportation for Military Entrance Processing Stations (MEPS) Located Throughout the United States, to Include Puerto Rico and Alaska.

Notice Date
9/14/2011
 
Notice Type
Sources Sought
 
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-MEPS-MEALS-LODGING-TRANSPORTATION
 
Response Due
9/22/2011
 
Archive Date
11/21/2011
 
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 Fort Knox Mission and Installation Contracting Command Center -Fort Knox is conducting market research for the purpose of gauging interest in solicitation and award of Multiple Award Task Order Contracts (MATOCs) (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 Process Stations (MEPS) located throughout the United States, including Puerto Rico and Alaska. The period of performance (yet to be determined) will be for one year and will include up to four one-year option periods. The exact number of options is also yet to be determined. The government intends to issue a single solicitation which will result in award of more than one ID/IQ contract; the exact number of contracts has not yet been determined. 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. Each MATOC will include a minimum guarantee equal to the successful offeror's proposed price for attendance at a mandatory post-award meeting to be held at Fort Knox, KY; the guaranteed minimum will be obligated through issuance of a task order at the time of award. The government reserves the right to acquire services through other means if determined to be in the Government's best interest. As existing MEPS ML&T contracts expire, a Request for Task Order Proposal (RTOP) may be initiated if the Government determines the MATOC to be the most economical and practical means of acquiring services. If the MATOC is selected for use, the RTOP will be sent to, and proposals will be accepted from, existing MATOC holders only. A RTOP may be for a single location or for multiple locations. Each MATOC holder will be limited to submission of two proposals in response to a RTOP; therefore, it is imperative that each MATOC holder ensure its submission offers its best terms from a technical and price stand point as discussions may not be held. Task orders will be issued as firm-fixed price after competition among all MATOC holders. Although encouraged to do so, a MATOC holder may decline to submit a proposal for any location. The successful MATOC holders shall be capable of providing quality and safe lodging, meals, and transportation, including but not limited to, supper, overnight lodging, breakfast the following morning, enmass transportation to the MEPS immediately following breakfast, evening transportation for applicants receiving night testing, and miscellaneous transportation when ordered by the government at various MEPS locations around the United States, including Puerto Rico and Alaska. 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. Payment will be made monthly using as many as 17 Government purchase (credit) cards. The appropriate NAICS code for this acquisition is 721110 with a size standard of $30,000,000.00. The following is a representative sample of the government's requirements; additional requirements and times, specific to each location, will be added at the issuance of a RTOP: 1) DoD approved transportation (if provided by a non-organic source). Must be approved at the time RTOP proposal is submitted. Transportation by taxi or limousine, unless DoD approved, is not permitted. 2) Supper meal, Breakfast meal, Box or hot meal for applicants arriving late, Emergency lunches (box or hot meal). 3) Electronic Security surveillance. 4) A dedicated person onsite at all times the applicants are in the hotel; this person shall be dedicated to the applicants and shall check applicants in, monitor activity in and around the hotel and deal with applicant questions, concerns and issues. This person may be a contractor or subcontractor employee. 5) Interior guest room entry (i.e. interior corridors) ONLY. 6) Guestroom windows and sliding doors that do not open more than six inches. 7) Guestrooms without cooking ranges/stove tops or garbage disposals. 8) Restaurant/dining facility located in or attached to the lodging facility. 9) Transportation of applicants daily enmass from the lodging facility to the MEPS in the early morning. 10) Transportation of applicants from MEPS to the lodging facility in the evening (this may require multiple trips) 11)Transportation of applicants, when requested by the government, from airport and/or bus station to lodging facility, and return to airport when necessary. 12) Double sets of those amenities provided to other guests (i.e. soap, shampoo, conditioner, towels, bath mats, etc) in each guest room that houses two applicants. 17) Submission of a monthly detailed invoice. This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy and gauge interest. 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. Contractors interested in and capable of providing these services shall submit their statement of interest to Terri Corbett no later than 2:00 p.m., Fort Knox local time, 22 September 2011. Response should be emailed to terri.corbett@us.army.mil or faxed to Terri Corbett at 502-624-5869 or 502-624-7165. All responses must include, at a minimum, the following information: a. Company's full name, address, telephone, and point of contact with email address. b. A statement detailing the company's interest and ability to propose quality and safe lodging, meals, and transportation at multiple locations. c. A statement indicating the company's interest in submitting a proposal for the purpose of obtaining a MATOC. c. A statement indicating the company's ability to accept multiple credit cards for payment. d. A statement indicating the company's ability to prepare and submit detailed monthly invoices. e. A short synopsis of the company's experience in managing multiple contracts. f. Company size: small or large, HUBZone, 8(a), SDB, Woman-owned, Service disabled veteran-owned. h. A statement indicating what services will be subcontracted (i.e. transportation, lodging, meals, etc). (Note: FAR 52.219-14 will apply to any acquisition set-aside for a small business preference program, requiring the prime contractor to self-perform a minimum of 51% of the labor with its own employees). Prime contractors not capable of self-performing at least 51% of the total labor with its own employees will not be eligible under a small business preference program set-aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73526484ec4ed56e25def1f264a2fa7d)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02575900-W 20110916/110914235738-73526484ec4ed56e25def1f264a2fa7d (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.