Air Force Chief of Medical Staff (SGH)/Quality System Program Assessment Review (QSPAR) Symposium - Lease/Rental of Facilities for Conferences and Symposiums

expired opportunity(Expired)
From: Federal Government(Federal)
FA8052-18-R-0018

Basic Details

started - 17 May, 2018 (about 6 years ago)

Start Date

17 May, 2018 (about 6 years ago)
due - 21 May, 2018 (about 6 years ago)

Due Date

21 May, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
FA8052-18-R-0018

Identifier

FA8052-18-R-0018
Department of the Air Force

Customer / Agency

Department of the Air Force
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 The 773d Enterprise Sourcing Squadron (773 ESS) is gathering market research and seeking sources for the Lease/Rental of Conference Space and Facilities. CONTRACTING OFFICE ADDRESS: 773d Enterprise Sourcing Squadron (773 ESS)3515 S. General McMullen, Ste 200San Antonio, TX 78226-1865 DISCLAIMER:   THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.  THIS IS NOT A REQUEST FOR QUOTE.  IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION: This sources sought is to determine availability and technical capability to provide guest rooms, symposium/meeting rooms, refreshments and audiovisual support services, at a single
location, for the Annual Air Force SGH/QSPAR Symposium. The Contractor shall be able to accommodate all attendees within one hotel. The hotel shall be within a 15 mile radius of the San Antonio International Airport with collocated conference facilities.  Hotel shall support the use of tax exempt forms for all Air Force guests. Roundtrip airport shuttle services to and from the hotel site shall be available with regular frequency (minimum every 1 - 2 hours).  The Contractor Employee Conference Planner (herein referred to as Meeting Coordinator) shall work closely with the Government Representative to execute this symposium. Please note that this SOW is in DRAFT form and actual tasks required for this potential acquisition may change prior to solicitation.REQUIRED CAPABILITIES:1)      This is a sources sought notice for this requirement.2)      Please assess whether or not your business has the capability to contract for this event IAW the attached Statement of Work (SOW), Entitled, "Air Force Chief of Medical Staff (SGH)/Quality System Program Assessment Review (QSPAR) Symposium." Please read SOW to understand all required capabilities.3)      The contract will have two option periods with the actual symposium occurring in August or September of each one year option period.4)      The performance dates for the symposium are firm, 22-29 Sep 2018 (see SOW) actual symposium is 24-28 Sep 2018 . Please provide your full name, position title, contact phone number, company and hotel address, or hotel you represent, CAGE Code, and business size. The first performance period is 22 September 2018 through 21 September 2019; Option1: 22 September 2019 through 21 September 2020; and Option 2: 22 September 2021 through 21 September 2022.5)      The anticipated North American Industry Classification System (NAICS) code for this acquisition is 721110, Hotels (except casino hotels) and Motels.  The small business size standard is $32.5 Million. Please provide any comments or concerns regarding the selection of this specific NAICS code.    CONTRACT/PROGRAM BACKGROUND:Contract Number: FA8052-16-P-0004Contract Type: Firm, Fixed-PriceIncumbent:        Arrowhead Realty Corp                         1109 Harpeth Industrial Court                         Franklin, TN 37064Method of Previous Acquisition: Small Business Set-Aside (competitive) SUBMISSION DETAILS:  Responses should include (Total submission should not exceed 10 pages): 1) Company name, address, point of contact (POC), telephone number, fax number, e-mail address, DUNS number, CAGE Code, and GSA schedules held.   2.) Identification of business size for NAICS 721110  and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, veteran-owned small business, woman-owned small business, HUB zone, minority-owned, etc.). 3) Demonstrate your ability to provide the required capabilities. 4) Comments or concerns regarding the SOW. 5) Additional information deemed useful to this potential acquisition. 6) State whether or not you intend to submit a proposal if an RFP/RFQ is posted. Vendors choosing to respond should send Capability Statements via email no later than 10:00 AM Central Time on 21 May 2018 to John Walters, Contract Specialist at john.walters.9@us.af.mil, and Christal Jackson, Contracting Officer.  Any questions must be submitted no later than 10:00 AM Central Time, 16 May 2018.  Proprietary information and trade secrets, if any, must be clearly marked on all materials.  All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.  All Government and contractor personnel reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423.  The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.    A DRAFT SOW is attached to this Sources Sought announcement.

The place of performance will be at a facility located within a 15 mile radius of the San Antonio TX International Airport. San Antonio, Texas United StatesLocation

Place Of Performance : The place of performance will be at a facility located within a 15 mile radius of the San Antonio TX International Airport.

Country : United States

Classification

721 -- Accommodation/721110 -- Hotels (except Casino Hotels) and Motels
naicsCode 721110Hotels (except Casino Hotels) and Motels
pscCode XLEASE/RENT FACILITIES