Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS

R -- HOUSING MANAGEMENT INTEGRATION SERVICES TO PROVIDE TEMPORARY LODGING IN PROXIMITY TO CHEMICAL WEAPONS DEMILITARIZATION FACILITIES

Notice Date
June 14, 2001
Contracting Office
Defense Threat Reduction Agency/AM, DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA 22060-6201
ZIP Code
22060-6201
Solicitation Number
DTRA-OSC-01
Response Due
June 25, 2001
Point of Contact
Edward B. Hale, Jr., DTRA/AMO, (703) 767-7943
E-Mail Address
Click here to contact the Contracting Officer via (edward.hale@dtra.mil)
Description
The Defense Threat Reduction Agency (DTRA) seeks potential sources capable of providing temporary accommodations for the Organization for the Prohibition of Chemical Weapons Technical Secretariat (OPCW/TS) inspectors and their U.S. national escorts during their monitoring missions at specific continental United States locations. This consists of providing integrated housing management, 15 to 22 "hotel-like" lodging units in close proximity to each of the chemical weapons demilitarization facilities (CDF), along with office space in close proximity to the lodging units. The lodging is required from calendar years 2002 and 2007 in selected locations. The CDF's sites are Tooele, UT; Anniston, AL; Umatilla, UT; Pine Bluff AR; Newport, IN; Aberdeen, MD; Pueblo, CO; and Blue Grass KY. This is a SOURCES SOUGHT SYNOPSIS; there is no solicitation at this time. No response will be provided for requests for a solicitation. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH ONLY. The integrated housing management requirement consists of the selected contractor(s) providing for: 1) Reconnaissance for temporary lodging locations, 2) Reviewing available lodging opportunities, 3) Identifying and developing a brief discussing applicable lodging courses of action, 4) Resolving location lodging issues and Government disbursements, 5) Signing leasing instruments based on the Government's final lodging selection, 6) Providing 15 to 22 lodging units at each location, as required, within 90 days notice, 7) Making selected lodging available for specified period of need, and 8) Accomplishing quality assurance follow-up. The lodging units shall include or provide access to kitchenettes for both Inspectors and Escorts. At the lodging facility, the Contractor shall provide parking, a driver staging area, an office space for contract escort/support personnel, an equipment storage room, and a meeting room. Security, safety, parking, office space and amenities in close proximity to the lodging units, such as grocery store, recreation, library, restaurants, other shopping, etc. will be considered in selecting lodging facilities. The contractor(s) may submit for Government approval for each location one of these three alternatives for lodging units: 1) Hotel or motel accommodations; 2) Apartments; or 3) Houses or modular buildings. For hotel/motel accommodations, the lodging units and associated facility must provide furnishings, bathroom facilities, in-room kitchenette or access to kitchen facilities, television/basic cable service, telephone service, linen service, cleaning service, environmental/health/safety features, and security features. For apartments, houses or modular buildings, lodging units may be suites with up to three bedrooms with a common bathroom, kitchen, and living room. They may be furnished by the facility, the contractor, or the Government (with exception of major appliances and curtains). The office space shall be no less than 150 square feet, in close proximity to the lodging units, provided with telephone lines, close access to restrooms, utilities to support various office equipment, climate control, security and convenient parking for large vans and sedans. DTRA's intent is to award an IDIQ contract to one or more prime contractors who can each provide all of the above services. Subsequently, task orders will be issued identifying the specific efforts, CDF locations and time periods to be performed. This SOURCES SOUGHT SYNOPSIS is NOT a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Information any respondent submits as a result of this synopsis is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Prospective suppliers are requested to provide company literature that will demonstrate their corporate experience in the above areas AND/OR provide a capability summary not to exceed five (5) pages in length describing their relevant corporate experience. Fax and e-mail submittals are acceptable. DTRA encourages teaming arrangement and participation of small businesses, small disadvantaged businesses, and 8(a) sources for this requirement. Please include a point of contact. All information submitted in response to this source sought synopsis shall be received no later than June 25, 2001. Submit information to: Defense Threat Reduction Agency (AMO), ATTN: Edward B. Hale, Jr., 8725 John J. Kingman Rd., MSC 6201, Fort Belvoir, VA 22060-6201. All documentation shall become the property of the Government.
Record
Loren Data Corp. 20010618/RSOL020.HTM (W-165 SN50P007)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on June 14, 2001 by Loren Data Corp. -- info@ld.com