Colorado Bids > Bid Detail

Catholic Doolie Retreat

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159892428113071
Posted Date: Jun 28, 2023
Due Date: Jun 27, 2023
Solicitation No: FA700023Q0058
Source: https://sam.gov/opp/d461622f1d...
Follow
Catholic Doolie Retreat
Active
Contract Opportunity
Notice ID
FA700023Q0058
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jun 28, 2023 02:09 pm MDT
  • Original Published Date: Jun 21, 2023 02:39 pm MDT
  • Updated Response Date: Jun 27, 2023 09:00 am MDT
  • Original Response Date: Jun 27, 2023 09:00 am MDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 12, 2023
  • 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 80840
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT FOR INFORMATION AND PLANNING PURPOSES. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government is not obligated to compensate any respondent for costs incurred in developing information provided to the Government.



The Request for Quotation (RFQ) number is FA700023Q0058 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.



The requirement is to provide the following:




  1. Venue. A retreat center on either 18-20 August 2023 or 22-24 September 2023. The weekends of 15-17 September and 29 September - 01 October may possibly be available as well. This retreat is to provide two nights lodging (separate rooms/buildings for males/females) for approximately 125 cadets and a separate building with rooms/not dormitory style for 10 staff (135 total participants).




  • The commute for this venue should be within 3 hours of USAFA.

  • The retreat center should also host and/or be near outdoor activities that can enhance the experience of Cadets.



2. Meals. A total of six (6) meals (breakfast/lunch/dinner) for 135 Cadets and staff, beginning from Friday evening until Sunday afternoon. Vegetarian and gluten free options are required to be offered.



3. Meeting Room. A large meeting room to accommodate all 135 Cadets and staff. The meeting room must be equipped with audiovisual capability to connect laptop, large screen on which to project from laptop, access to connect a keyboard and up to 4 microphones, sound system access for musicians and laptop.




  • A large area to hold Catholic Mass (can be the same at the large meeting room). If snacks are not allowed in the large meeting room, a storage area for snacks is also required.

  • Small break out rooms with separate tables for 8 to10 individuals each will be required.



4. Do you have any comments regarding the SOW or other information the Government should consider?



PWS is attached.



We are interested in any size business that can meet 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, 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. Include three past references with current contact information and contract number. Include three past references with current contact information and contract number, if available. 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. The response must not exceed 5 pages.



Please note: In order to partner with the Federal Government, all entities must first be registered in the System for Award Management (SAM) database and are required to maintain an active status. The website for registration is www.sam.gov.



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



Responses may be submitted electronically to the following e-mail addresses: dana.smith.25@us.af.mil and susan.ulma@us.af.mil. Telephone responses will not be accepted.



RESPONSES ARE DUE NO LATER THAN: June 27th at 9:00 AM (MST).





Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. 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

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 >