Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2025 SAM #8474
SOURCES SOUGHT

99 -- Summer Cadet Housing

Notice Date
2/6/2025 1:45:03 PM
 
Notice Type
Sources Sought
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
PANMCC25P0000009710
 
Response Due
2/17/2025 10:00:00 AM
 
Archive Date
03/04/2025
 
Point of Contact
Dayanna Wallace
 
E-Mail Address
dayanna.wallace.civ@army.mil
(dayanna.wallace.civ@army.mil)
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government anticipates a requirement for the Summer Cadet Housing in DC Area, for the United States Military Academy, West Point, New York. This requirement would be procured on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. 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, and Women-Owned Small Business, 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 source 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 published on the Governmentwide Point of Entry on or about the week of 27 February 2025. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. A need is anticipated for the Summer Cadet Housing in DC Area at the United States Military Academy, West Point, NY. Support includes two nights of lodging (22 May 2025 to 6 August 2025). Requirement Specifications: Cadets will be housed in a single location in double occupancy rooms in the Central DC area near to the airport (within 10 miles) and within 1 mile of a Metro station. Location will provide security to overall building and individual rooms. The vendor accommodations should include, at no additional cost: bed linens with daily exchange available laundry Wi-Fi access to recreation center fshuttle service to and from the Metro 24-hour front desk assistance In response to this source sought, please provide: 1. Name of the firm, point of contact, phone number, email address, SAM�s Unique Entity Identifier, 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. Information to help determine if the requirement 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 by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dayanna Wallace, at Dayanna.Wallace.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications to acquiring the identified items. 8. Please send all responses no later than 17 February at 1300 hrs. ET to Dayanna Wallace, at Dayanna.Wallace.civ@army.mil, and be sure to include the Sources Sought Notice in your email subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3455a0e844e44260811ed1533ab4f77b/view)
 
Place of Performance
Address: 10996
Zip Code: 10996
 
Record
SN07336137-F 20250208/250206230037 (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.