SOURCES SOUGHT
99 -- MacDill AFB Recovery Team Lodging
- Notice Date
- 6/22/2020 10:21:04 AM
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- FA4814 6 CONS PK TAMPA FL 33621-5119 USA
- ZIP Code
- 33621-5119
- Solicitation Number
- FA481420TF092
- Response Due
- 6/26/2020 8:00:00 AM
- Archive Date
- 07/11/2020
- Point of Contact
- Michael Terranova, Phone: 8138287483
- E-Mail Address
-
michael.terranova.5@us.af.mil
(michael.terranova.5@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Source Sought 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. MacDill 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 721110.� The size standard for NAICS is $35M.�� The purpose of the proposed Basic Purchase Agreement (BPA) is to establish a lodging agreement for use by 6th Air Refueling Wing (6 ARW) MacDill AFB command and control and hurricane recovery team personnel when a local alternate operating location is needed.� Examples of scenarios where this agreement may be utilized are in the event of severe weather (hurricane, flooding, etc.), terrorist attack, utility failure (water, electrical, etc.), or contingency operation as defined in FAR 2.101 in which members of the armed forces are or may become involved in military actions, operations, or hostilities, or during a national emergency or other events that render any MacDill AFB facilities useless. This agreement is not a guarantee that rooms or services will be purchased. It is entirely possible that this agreement may never be used. The objective is to have terms and conditions in place so that 6 ARW emergency management personnel can quickly reserve lodging in the event of an emergency without the need for negotiation of terms and conditions, which this agreement will establish.�� The complete requirement can be found on the attached Statement of Work. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. 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 items; including their physical address of the location that meets the SOW.� 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: michael.terranova.5@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 1100 ET 26 June 2020. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a111bce1d3bc46ccbc28082328beac0b/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN05699422-F 20200624/200623042720 (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 |