SOURCES SOUGHT
99 -- Sources Sought for Lodging and Meals
- Notice Date
- 9/11/2020 7:43:39 PM
- Notice Type
- Sources Sought
- Contracting Office
- W7M4 USPFO ACTIVITY HI ARNG HONOLULU HI 96816-4495 USA
- ZIP Code
- 96816-4495
- Solicitation Number
- Sources_Sought_for_Lodging_and_Meals
- Response Due
- 9/16/2020 1:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Jeen Chu, Phone: 808-844-6332, Lyle Perez, Phone: 808-844-6334
- E-Mail Address
-
jeen.h.chu.mil@mail.mil, lyle.b.perez.mil@mail.mil
(jeen.h.chu.mil@mail.mil, lyle.b.perez.mil@mail.mil)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award several contracts for Lodging accommodations and prepared meals for the Hawaii National Guard, and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. Required Supplies: 1)�Lodging Accommodations: a. The Hawaii National Guard is seeking vendors with the capabilities to provide up to the estimated amount of rooms identified herein.� Room accommodations includes but not limited to: conference rooms and incidental commercial services such as replace of linens, invoice at check-out, etc. i. Island of Oahu: 540 estimated rooms.� ii. Island of Kauai: 200 estimated rooms. iii. Island of Maui: 250 estimated rooms. iv. Island of Hawaii (Kona/Hilo): 100/100 estimated rooms. b. If you are not able to provide complete quantity needed, please provide quantity available. 2) Meals: a. The Hawaii National Guard is seeking vendors with the capabilities to provide up to the estimated amount of meals identified herein.� Each meal period consist of breakfast, lunch, and dinner.� These meals may require delivery to a specific location and/or specific pick-up/drop-off times.� A minimum of a fifteen (15) day menu must be provided and must meet the Hawaii National Guard nutritional guidelines.� i. Island of Oahu: 540 estimated meals per meal period.� � ii. Island of Kauai: 200 estimated meals per meal period. iii. Island of Maui: 250 estimated meals per meal period. iv. Island of Hawaii (Kona/Hilo): 100/100 estimated meals per meal period. 3) The time period for this requirement is estimated from 1 October 2020 to 31 January 2021 or increments therein. This notice 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.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The NAICS code(s) is/are: PSC: V231 Lodging NAICS: 721110 Hotels (except Casino Hotels) and Motels PSC: 8940 Meals NAICS: 311991 Perishable Prepared Food Manufacturing In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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 this requirement and which of the above your firm is capable of meeting. 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.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6.� Recommendations to improve the Army's approach/specifications/PRS to acquiring the identified supplies.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3fe909c73a0b4f2981933224dd71f5ef/view)
- Record
- SN05795423-F 20200913/200911230154 (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 |