Colorado Bids > Bid Detail

FY 2023 Protestant Doolie Retreat

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159770899961794
Posted Date: Jun 21, 2023
Due Date: Jun 27, 2023
Solicitation No: FA700023Q0057
Source: https://sam.gov/opp/6f0b529c87...
Follow
FY 2023 Protestant Doolie Retreat
Active
Contract Opportunity
Notice ID
FA700023Q0057
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
USAFA
Office
FA7000 10 CONS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jun 21, 2023 12:28 pm MDT
  • Original Response Date: Jun 27, 2023 09:00 am MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: G003 - SOCIAL- RECREATIONAL
  • NAICS Code:
    • 721214 - Recreational and Vacation Camps (except Campgrounds)
  • Place of Performance:
    USAF Academy , CO
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR 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.



The Request for Quotation (RFQ) number is FA700023Q0057 and shall be used to reference any written responses to this source sought.



The United States Air Force Academy (USAFA) anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 721214. This NAICS has a size standard of $9.0M. However, we are interested in any size business that is capable of meeting this requirement.



The requirement is to provide the following:



1. Venue. A retreat center on the weekend of 18-20 August 2023, to provide two nights lodging (separate rooms/buildings for males/females) for approximately 200 cadets and a separate building(s) with rooms/not dormitory style for 4 staff (204 total participants).



(a) The commute for this venue should be within 3 hours of USAFA.



(b) The retreat center should also host and/or be near outdoor activities that can enhance the Cadets' experience.



2. Meals. A total of five (5) meals (breakfast/lunch/dinner) for up to 204 Cadets and staff, beginning with breakfast on Saturday morning, 19 August 2023, and ending with lunch on Sunday, 20 August 2023. Vegetarian and gluten free options are needed.



3. Meeting Room. A large meeting room to accommodate all 204 Cadets and staff. The meeting room must be equipped with audiovisual and sound system equipment, and areas for small breakout groups.



(a) A large area to hold Protestant service (can be the same at the large meeting room).



(b) Small break out rooms will be required.



(c) If snacks are not allowed in the large meeting room, a storage area for snacks is also required.



PWS is attached.



Do you have any comments to the PWS or other information the Government should consider?



Include in your capabilities package your unique SAM number, Cage Code, System for Award Management expiration date, any related specifications/drawings and website address, if available.



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, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.



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.



Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.



Responses may be submitted electronically to the following e-mail addresses: Nathalieb.Zepeda@us.af.mil and Susan.Ulma@us.af.mil.



Telephone responses will not be accepted.



Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 21, 2023 12:28 pm MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >