SOURCES SOUGHT
99 -- Hotel Emergency Evacuation
- Notice Date
- 2/16/2022 4:46:49 AM
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252122QB019
- Response Due
- 3/1/2022 12:00:00 PM
- Point of Contact
- Rasnizi Cobb, Cynthia Whittaker
- E-Mail Address
-
rasnizi.cobb@spaceforce.mil, cynthia.whittaker@SPACEFORCE.MIL
(rasnizi.cobb@spaceforce.mil, cynthia.whittaker@SPACEFORCE.MIL)
- Description
- SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR 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.� FA2521-22-QB019 shall be used to reference any written responses to this source sought. The North American Industry Classification Systems (NAICS) Code proposed 721110.� The size standard for this proposed NAICS is $35.0�� Description:� �The purpose of this Basic Purchase Agreement (BPA) is to establish a lodging agreement for use by Space Launch Delta 45 Silver Ride Out Team and SLD45 hurricane recovery team personnel when a local alternate operating location is needed.� �The contractor shall provide a maximum of 100 rooms, double occupancy may be utilized. The rooms will accommodate up to160 personnel. The contractor shall provide one (1) conference room each room must have a minimum of 500 square feet of space. The contractor shall provide two (2) landlines with dedicated numbers for conference rooms booked. Hotel must be within 100 miles from Patrick SFB and cannot be in Brevard County evacuation zones. Hotel must have a backup generator. Hotel must be rated to withstand a category 4 hurricane (sustained winds 130-156 mph) or above. Hotel must be able to have kitchen type services available to feed 160 personnel. Salient Characteristics:� When SLD 45 personnel require an alternate local operating location due to weather, contingency operation or national emergency threatening Patrick SFB/Cape Canaveral SFS or Brevard County Florida, SLD 45 will notify the hotel in two phases; (Phase 1) 72 hours pre-storm landfall or event notification to secure; The contractor agrees to furnish one (1) conference room, two (2) landlines with dedicated number and fully refundable (20) twenty rooms in accordance with this agreement. (Phase 2) 24-48 hours pre-storm landfall or event notification to secure; The contractor agrees to furnish up to seventy eight (78) additional rooms in accordance with this agreement. Reservations shall only be made by those ordering officers identified in this agreement and must be fully refundable if not utilized. Orders will be placed with the contractor's dedicated representative. The contractor hereby unequivocally agrees that only the room block to reserve the hotel rooms, the conference room, landline, lunches and dinners shall be billed to the Government Purchase Card holder. The contractor shall be registered in the System for Award Management (SAM). The selection process should include the following guidelines to the fullest extent possible: Single or double occupancy rooms will have a bed for each occupant w/pillow, two sheets, firm mattress, mattress pad or cover, blankets, bedspread, wall-to-wall carpeting(desired) or other floor covering. A wall switch near the entrance door for at least one lamp, incandescent table or wall mounted lights for each bed, color TV, closet or hanger space (minimum of 24 inches/9 hangers) per bed, iron, ironing board, smoke detectors, individual thermostats, telephone, notepad w/pen, bathrooms, vanity mirror, light with grounded electrical outlet and exhaust fan/privacy outside window. Services will include vending areas, 24-hour check in/check out, wake-up service, message service, central TV antenna or cable TV, room identification/directory signs, smoke detectors in the hallways, air conditioning, ice machines, adequate parking spaces for all guests, TV/radio directory. Local information packet, passenger/baggage loading/unloading zones, and secure luggage storage areas for guests when rooms are not immediately available upon check in or for storage upon check out. Per the Joint Travel Regulation (JTR), the �not to exceed� daily lodging rates for FY shall apply. Statement of Work (SOW) is attached. 45 CONS is 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, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. �Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision.�� 45 CONS is interested in receiving comments from the industry on the SOW in regards to how the services are performed in the commercial industry. Services Capabilities Package:� All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. DISCLAIMER:� This Sources sought notice is�not a solicitation.��This notice is issued solely for information and planning purposes and does not constitute a solicitation.��All information received in response to this notice that is marked ""proprietary"" will be handled accordingly.��Responses to the sources sought notice will not be returned.��In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract.��Responders are solely responsible for all expenses associated with responding to this notice.� The Government does not guarantee any action beyond this notice.� The Government may not respond to questions posed in Industry responses. ATTENTION:� Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�https://www.beta.sam.gov�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dab65bc05c134f82a911c1981c846795/view)
- Record
- SN06245171-F 20220218/220216230117 (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 |