Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2018 FBO #6180
SOURCES SOUGHT

X -- Yellow Ribbon Reintegration Events for PSU 301 in Boston, MA

Notice Date
10/23/2018
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
70Z02318-SSN-YELLOWRIBBON
 
Archive Date
11/17/2018
 
Point of Contact
Nathan K. Dolezal, Phone: 2024753706, Ashley Thomas, Phone: 2024753714
 
E-Mail Address
nate.dolezal@uscg.mil, ashley.thomas@uscg.mil
(nate.dolezal@uscg.mil, ashley.thomas@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Yellow Ribbon Reintegration Events for PSU 301 Boston, Massachusetts, Area Issuance Date: Tuesday, October 23, 2018 THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY. The United States Coast Guard (USCG) is issuing this SSN solely for information and planning purposes; it does not constitute a Request for Proposal (RFP), a Request for Quote (RFQ), or a promise to issue either a RFP or a RFQ. This SSN does not commit the USCG to contract for any supply or service and USCG is not currently seeking proposals or quotes. USCG will not pay any costs incurred in response to this SSN; all costs associated with responding to this SSN will be solely at the interested party's expense. Participation in a future potential solicitation is open to both those companies who respond to this SSN and those who do not. The information provided in this RFI is subject to change and is not binding on the USCG. All vendor submissions become the property of the USCG. 1.0 DESCRIPTION The USCG plans to host a series of Yellow Ribbon Reintegration Program events in the Boston, Massachusetts, area. These events will consist of a pre-deployment event in mid-January (expected to be January 11th to 13th, 2019), a mid-deployment event in March 2019, and a post-deployment event in July 2019. As part of the National Defense Authorization Act (NDAA) of 2008, the U.S. Congress designated USCG to execute a Yellow Ribbon Program. The mission of the USCG Yellow Ribbon Program is to provide USCG members, families, and designated others, with sufficient information, services, referral, and proactive outreach opportunities throughout the entire deployment cycle. The four phases of deployment are pre-deployment, during deployment, demobilization, and post-deployment-reconstitution. USCG is legally required to provide Reserve members who either will be, currently are, or have been deployed outside the continental United States for ninety (90) days or more, and their families /designated individuals access to Yellow Ribbon events. To host these events, USCG is searching for a lodging facility (such as a hotel) that has capacity for up to 165 rooms and at least three (3) large conference rooms that can each accommodate up to 320 attendees. The facility must also be able to provide breakfast, lunch, dinner, and snacks, to attendees as well. 2.0 PURPOSE OF THIS SSN This SSN seeks to find available small businesses that have the interest and capability to meet the requirements outlined in the "DESCRIPTION" above. USCG is particularly interested in any small businesses that are certified Women-Owned Small Businesses (WOSBs), Historically Underutilized Business (HUB) Zones firms, 8(a) firms, or Service-Disabled Veteran-Owned Small Businesses (SDVOSBS). In general, interested parties should discuss their ability to: - Provide the facilities described in the "DESCRIPTION" section previously noted (including meals), - Verify that they are interested in responding to this requirement (if USCG creates a future contract action for these requirements), - Include any additional details the interested parties would like USCG to consider 3.0 SSN RESPONSE INSTRUCTIONS USCG will only accept electronic submissions emailed to the contracting officer, Mr. Nathan Dolezal, at nate.dolezal@uscg.mil, and to the contract specialist, Ms. Ashley Thomas, at ashley.thomas@uscg.mil. Electronic files larger than five (5) megabytes (MB) shall be broken down into multiple files, with no one file exceeding five (5) MB. All emails must have a total file size of less than ten (10) MBs. If need be, interested parties can divide their response into multiple emails. Each email shall include: (1) The SSN number in the subject line. (2) Any applicable General Service Administration (GSA) Schedule and contract number for the interested party that could potentially meet USCG's requirements. (3) A point of contact (POC), along with his or her phone number and email address. The POC shall be capable of addressing questions or issues associated with the SSN response submission. The USCG may contact the POC if there are any questions. (4) No page limit, but all pages shall be one-sided and written in Times New Roman font, size 12. Interested parties having the expertise and capabilities may submit detailed information discussing their capabilities to nate.dolezal@uscg.mil and ashley.thomas@uscg.mil. All such submissions must be sent to these individuals by 1200 (12 Noon Eastern) PM on Friday, 02 November 2018. Interested parties may email any questions they have to the aforementioned two (2) individuals at the same email addresses previously noted. The North American Industry Classification System (NAICS) Code for this requirement is 721110, "Hotels (except Casino Hotels) and Motels", with a small business size standard of $32.5 million. Interested parties should minimize the use of proprietary information and clearly mark it (if applicable). USCG may use Government or Contractor technical experts to evaluate SSN responses. USCG will bind any support contractors involved by appropriate non-disclosure agreements to protect proprietary information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z02318-SSN-YELLOWRIBBON/listing.html)
 
Place of Performance
Address: Boston Area, Boston, Massachusetts, United States
 
Record
SN05132149-W 20181025/181023230545-7525fd44394d3071e0efbab706f87d5a (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.