Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2023 SAM #7870
SOURCES SOUGHT

R -- Chapel Retreats BPA

Notice Date
6/13/2023 6:16:03 AM
 
Notice Type
Sources Sought
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
SourcesSoughtFY230006
 
Response Due
6/20/2023 1:00:00 PM
 
Archive Date
07/05/2023
 
Point of Contact
1st Lt Andrew Paquin, Phone: 2406123997, TSgt Daniel Dodson, Phone: 24061215677
 
E-Mail Address
andrew.paquin.1@us.af.mil, daniel.dodson.1@us.af.mil
(andrew.paquin.1@us.af.mil, daniel.dodson.1@us.af.mil)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!��This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed is 561920.� The purpose of this specification is to furnish a minimum of 20 resort/retreat accommodations (non-smoking rooms) per designated event for authorized personnel assigned to the 316th Wing Chapel at Joint Base Andrews Air Force Base, MD. The designated events will consist of active duty (AD) singles / family / couples� retreats. The contractor shall establish resort/retreat reservation procedures and provide guidance for handling routine situations in the resort/retreat process during designated events. The 316th Wing Chapel requires that these resort/retreat accommodations be available through this Blanket Purchase Agreement for a period of performance not to exceed 60 months/five (5) years. Draft SOW is attached. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address:� andrew.paquin.1@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 20 June 2023 @ 4 PM. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/909c736136ac4a6992cf9be305785e2e/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN06714661-F 20230615/230613230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.