SOURCES SOUGHT
V -- Meals, lodging, and transportation services for Military Entrance Processing Stations (MEPS) located throughout the continental United States, Hawaii, Alaska, and Puerto Rico.
- Notice Date
- 11/5/2014
- 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-15-Q-5087
- Response Due
- 11/21/2014
- Archive Date
- 1/4/2015
- Point of Contact
- Teresa W. Walker, 502 624 8054
- E-Mail Address
-
MICC Center - Fort Knox
(teresa.w.walker.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Synopsis is issued for maximizing competition. The government is seeking responses to this Sources Sought Synopsis from all interested businesses capable of providing the requirement. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. The Mission and Installation Contracting Command - Fort Knox is conducting market research to gauge interest in solicitation and award of a Multiple Award Task Order Contract (MATOC), which is a multiple award indefinite delivery/indefinite quantity (ID/IQ) contract, to provide meals, lodging, and transportation services for HQ USMEPCOM at various Military Entrance Processing Stations (MEPS) located throughout the continental U.S., Hawaii, Alaska, and Puerto Rico. This synopsis is not a request for proposal. It is a market research tool used to determine procurement strategy and level of interest. Appropriate strategy will be determined after consideration of industry response to this synopsis. The government will not pay for any information received from potential sources as a result of this synopsis. The government intends to issue a single solicitation which will result in award of multiple ID/IQ contracts. The exact number of contracts has not been determined. The solicitation will be issued as a negotiated procurement. Offerors will be required to submit both technical and price proposals. 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 must contain its best offer from a technical and price stand point. The appropriate NAICS code is 721110 with a size standard of $32,500,000.00. The period of performance of the resultant contracts will be five years, or until the contract ceiling is reached. The government reserves the right to acquire services through other means if determined to be in the government's best interest. 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. As existing contracts for these services expire, a Request for Task Order Proposal (RTOP) may be initiated. The RTOP will be sent to the MATOC holders only. Each MATOC holder will be limited to a certain number of proposals, the number of which is yet to be determined. Firm-fixed price task orders (TO) will be issued for each location following evaluation of proposals. MATOC holders may decline to submit a proposal for any location. The successful MATOC holders shall be capable of providing meals, lodging, and transportation services every Sunday through Thursday, and on as many as 30 Fridays per year. Services include, but are not limited to, the following: 1. Overnight lodging. Contractors must demonstrate that proposed facilities will provide a secure environment and a positive experience for applicants. Proposed facilities shall be located close enough to the local MEPS such that applicants can arrive on time each morning for processing. Applicants shall be housed in facilities with interior room entry only and on floors 2 through 8 only. Applicants will typically be lodged two per room with males and females being lodged separately. A minimal number of single billeted rooms will be required for officer candidates. Applicants will be afforded use of all hotel amenities available to other guests. 2. Meals. Applicants will be served a hot, plated supper meal the evening they arrive and a hot breakfast meal the following morning prior to departure for the MEPS. Dining facilities shall be located such that applicants do not have to exit the lodging facility to access the dining facility. Arrangements shall be available for applicants arriving late to be fed upon arrival. In addition, a contingency plan should be in place to provide up to 50 emergency lunches per year for applicants stranded due to transportation issues or other reasons. A current passing government-issued food service inspection will be required for all proposed facilities. 3. Transportation. Applicants arriving at local airports and train stations must picked up and transported to the lodging facility. Applicants must be transported en-masse from the lodging facility to the MEPS for processing each morning. Transportation shall be via DoD approved bus services or by hotel shuttles. The requirement for afternoon/evening transportation varies by location and will be described in the individual RTOPs for each MEPS. 4. Security/Safety. USMEPCOM is highly focused on the security and safety of applicants. Applicants are generally teenagers or very young adults. They require a significant amount of supervision to ensure that they are kept safe, fed, and arrive on-time at the MEPS, ready for processing. This is beyond what can be expected of hotel management. Therefore, at each location, MATOC holders shall provide a liaison(s) dedicated solely to attending to applicants. Liaison(s) must be on duty any time applicants are present in the proposed lodging facility. 5. Reporting and Invoice tracking. Contractor shall have the capability to track invoices at each location and submit detailed monthly invoices for payment. Responses to this announcement must be received no later than 2:00 p.m. eastern standard time on 21 November 2014. Responses should be emailed to teresa.w.walker.civ@mail.mil. Responses shall include the following: 1.Company's full name, address, telephone number, and point of contact with email address. 2.A statement indicating the company's size: small or large; new qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, economically disadvantaged woman-owned small, and woman-owned small eligible under the Woman-Owned Small Business Program. 3.A statement indicating what services will be subcontracted (i.e. lodging, meals, transportation). (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 should one be chosen.) 4.A statement detailing the company's interest in and ability to propose quality and safe lodging, meals, and transportation at multiple locations as described herein. 5.A short synopsis of the company's experience in managing multiple contracts simultaneously. 6.A statement indicating the company's ability to prepare and submit detailed monthly invoices. 7.A statement indicating the company's ability to accept multiple credit cards for payment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/95fa4b31f2dcb2b2d0d926910a5177f9)
- Place of Performance
- Address: MICC - Fort Knox Building 1109B, Suite 256 Fort Knox KY
- Zip Code: 40121-5000
- Zip Code: 40121-5000
- Record
- SN03566926-W 20141107/141105234437-95fa4b31f2dcb2b2d0d926910a5177f9 (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 |