Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

V -- Yellow Ribbon Event Services in Bloomington, MN

Notice Date
7/9/2020 12:52:09 PM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
 
ZIP Code
54656-5142
 
Solicitation Number
W911SA-20-Q-3118
 
Response Due
7/13/2020 8:00:00 AM
 
Archive Date
07/14/2020
 
Point of Contact
Jana L. Knapp, Phone: 6083881253
 
E-Mail Address
jana.l.knapp.civ@mail.mil
(jana.l.knapp.civ@mail.mil)
 
Description
SOURCES SOUGHT SYNOPSIS This is a Sources Sought Notice ONLY. The Department of Defense is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Yellow Ribbon Reintegration Program Event Services located at Bloomington, MN. The anticipated NAICS code is 721110 (Hotel (except Casino Hotels) and Motels), with a size standard of $35.0 Million. The intention is to procure these services on a competitive basis. PLACE of PERFORMANCE: The work to be performed under this contract shall be accomplished within 20 miles from Minneapolis-St. Paul International Airport, (MSP). We encourage all small businesses, in all socioeconomic categories (including, 8 (a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The estimated period of performance consists of a base period and four option periods, with the six month option to extend services; with performance commencing on or about 31 March 2020. Attached is the draft Performance Work Statement (PWS). The deadline for response to this request is no later than 10:00AM (Central Time); 13 July 2020. All responses under this Sources Sought Notice must be e-mailed to jana.l.knapp.civ@mail.mil. No phone calls will be accepted. All questions must be submitted to the email address identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. IN RESPONSE TO THIS SOURCES SOUGHT, PLEASE PROVIDE: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fd3768096ed4773bf87f7ab3c322fef/view)
 
Place of Performance
Address: Saint Paul, MN 55111, USA
Zip Code: 55111
Country: USA
 
Record
SN05716869-F 20200711/200709230145 (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.