SOURCES SOUGHT
99 -- Sources Sought Synopsis for Army Acquisition Center of Excellence (AACoE) Army Logistics University (ALU) Military Training Service Support Services (MTSS) Synopsis.
- Notice Date
- 3/5/2012
- Notice Type
- Sources Sought
- NAICS
- 721199
— All Other Traveler Accommodation
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- W9113M-12-MTSS
- Response Due
- 3/20/2012
- Archive Date
- 5/19/2012
- Point of Contact
- Rosemary Holley-LaQua, 256-955-6014
- E-Mail Address
-
US Army Space and Missile Defense Command, Deputy Commander
(rosemary.holley@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This is a SOURCES SOUGHT SYNOPSIS; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Space and Missile Defense Command (USASMDC) intends to publish a solicitation for the Army Acquisition Center of Excellence (AACoE) Army Logistics University (ALU) Military Training Service Support Services (MTSS) for the follow on contract to W912DY-09-D-0023 requirement of Army personnel attending classes at Madison Hall on the UAH campus in Huntsville, AL. Proposed project will be a Firm Fixed Price ID/IQ contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. 2. Background. The MTSS Program was established to reduce the cost of training US Army military students. Headquarters, Department of the Army (SAFM-RB/DAMO-TR) has determined that students attending classes at the Army Acquisition Center of Excellence (AACoE) will be included in the MTSS Program. Students will be billeted, provided meals and transportation by the contractor for all classes. Classes will be conducted at Madison Hall Monday through Friday of each week; excluding Federal Holidays. Madison Hall (on UAH campus) is located at 301 Sparkman Dr. NW in Huntsville, Alabama. A tentative schedule of FY 12 and FY 13 courses will be provided at a later date. 3. Services to be provided by the contractor: a. Lodging for US Army military students attending AACoE for approximately 4 to 14 weeks in duration, approximate annual student training requirements is 150 US Army military will attend a total of 14 weeks of training; 90 US Army military will attend 7 weeks of training; 90 US Army military will attend 6 weeks of training; 150 US Army military will attend 4 weeks of training. Some courses will run concurrently. b. Meals for US Army military students attending classes. Contractor shall provide meals Monday through Friday for US Army military students while they are attending courses. Meals shall include a full breakfast, lunch, and dinner. Students will be authorized per diem for their meals on Federal Holidays and on weekends. c. Local transportation for US Army military students attending classes. Classes begin at 0800 each day and end between 1500 and 1700. Students are given 1 to 1.5 hours for lunch. The contractor shall provide transportation daily to the classroom as well as all transportation to meals. Contractor must have the ability to transport students within strict timeframe. Shuttles between the contractor facility and Madison Hall will run continuously during these times: 0700-0815 1100-1315 1500-1800 Local transportation, limited to a radius of 10 miles from the contractor's hotel, will be provided to students during weekends and Federal Holidays. The contractor shall provide transportation for students to and from the Huntsville Airport on an "as requested" basis. Transportation is not required when there are no students attending our courses. d. Data collection and reporting. A monthly report for meals consumed and lodging will be submitted electronically to the Government Contracting Officer's Representative (COR). The monthly report will be in Excel spreadsheet format which will show Lodging by date, student's name, rank, and component status, the number of nights, the number of days meals are provided, and a total cost for each student. A total transportation charge will be included on the Summary worksheet in each monthly report. e. Quality Assurance provisions. Definitions of complaints: (1) Lodging complaints. (a) Category 1 - includes health and safety issues. Examples: room air conditioning not working, mold in the ventilation system, roaches or other pests, and door lock broken. (b) Category 2 - includes minor maintenance, cleanliness, and furnishing issues. Examples: light bulb needs replacing, shower stall dirty, no towels, and unreliable Internet access. (2) Meal complaints. (a) Category 1 - includes health and safety issues. Examples: pests (flies, ants, roaches) in the dining area, meals are not nutritious, and food is spoiled. (b) Category 2 - other complaints related to food. Examples are: same food menu from one week to another (limited or no variety), poor quality service from the staff, the food tastes bad. (3) Transportation complaints. (a) Category 1 - arrived late to class, did not get back to class from lunch on time, waited over 30 minutes for transportation back to the hotel from class. (b) Category 2 - waited over 45 minutes for transportation to and from local restaurants during the weekend or during a Federal holiday. f. Resolution of complaints. (1) All category 2 complaints will be resolved within two hours of the receipt of the complaint via the on-line tracking system. (2) All category 1 complaints will be resolved immediately upon receipt of the complaint via the on-line tracking system or upon discovery. 4. The contractor shall: a. Maintain clean rooms in accordance with the standards of the Alabama department of Public Health, Madison County Department of Environmental Health Division, and the City of Huntsville requirements for food and lodging and promptly perform maintenance as needed. b. Provide room furnishings equivalent to a 3-star hotel or better in accordance with Quality Standards for AA Recognized Hotels. c. Provide reliable high speed Internet access in each room and in the lobby. d. Meet Army standards for food quality, nutrition, and service. (Reference Army Regulation 30 and 40 series and Department of Army Pamphlet 30-22.) e. Meet Alabama Department of Public Health, Madison County Department of Environmental Health Division, and the City of Huntsville requirements for food and lodging. f. Implement an on-line and continuously available quality control system that will track individual student complaints by date, student's name, and complaint. The quality control system will track the status of the complaint from initiation by the student through resolution. The quality assurance system will be capable of providing monthly reports. The quality assurance database will be available to the Government COR on a continuous basis. g. Provide clean, safe, reliable, and timely transportation. 5. ALU - Huntsville Campus will provide to the contractor the following: a. Schedule of course offerings at least one year in advance. Roster of military students NLT 30 days prior to each class and provide updates as changes occur. b. Periodic and unannounced inspections of the restaurant to include food preparation and storage areas may be performed by the Army. This is in addition to State of Alabama and local government inspections. 6. Definitions of unacceptable Performance, which will result in corrective actions in accordance with the terms and conditions stated in the solicitation. a. Adequate lodging for the students. The COR receives more than 5 verified Category 1 complaints or more than 10 verified Category 2 complaints within a seven day period. b. Adequate meals for the students. The COR receives more than 5 verified Category 1 complaints or more than 10 verified Category 2 complaints related to meals within a seven day period. c. Safe and reliable local transportation for the students. The COR receives more than 5 verified Category 1 complaints or more than 10 verified Category 2 complaints related to transportation within a seven day period. d. The contractor is unable to pass a re-inspection after receiving an unsatisfactory grade on an inspection related to maintaining Army standards for food quality, nutrition, and service. e. The contractor is unable to pass State and local government re-inspection on room safety after failing a hotel room safety inspection. f. Response times for both category 1 and 2 complaints that are untimely in accordance with the performance work statement will also be considered unacceptable performance. 7. Any resultant award will include a twelve (12) month basic effort. Along with a surge option and four, 12 month options for a potential period of performance of sixty (60) months. The contract type will be Firm-Fixed Price ID/IQ. The estimated cost for this acquisition is $2M for the basic effort, $2M for option I, $2M for option II, $2M for option III, and $2M for option IV, and $2M for the surge option for a total estimated cost of $12M. 8. Based upon market research, the Government will be using the policies contained in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items. The proposed contract action is for services for which the Government intends to solicit using full and open competition under the authority of FAR 6.1. Interested parties who believe they can perform this requirement to the Government are invited to submit a written narrative statement of capability, no more than 8 pages in length, to include detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the Government's requirements. In order to be responsive, the statement must demonstrate: (1) a history of proven experience in providing the services described above; and (2) the ability to immediately assume the on-going project without disruption to current operations. 9. Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to perform a contract of this magnitude and complexity. Interested Offerors shall respond to this Sources Sought Synopsis no later than 09:00 AM (CST) 20MAR2012. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email your response to Ms. Rosemary Holley-LaQua, Contract Specialist, ACC-Redstone SMDC CAMO, Email rosemary.holley-laqua@smdc.army.mil. EMAIL IS THE ONLY METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS. Responses without the required documentation will be considered nonresponsive. This is NOT a formal notice of solicitation. Telephone or facsimile inquires and/or responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-12-MTSS/listing.html)
- Place of Performance
- Address: Army Acquisition Center of Excellence (AACoE) Army Logistics University (ALU) 301 Sparkman Dr. NW Huntsville AL
- Zip Code: 35805
- Zip Code: 35805
- Record
- SN02689064-W 20120307/120305234213-76d9eaecf56ca1905fd5b9f3a4a1f24f (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 |