Catholic Cadet Retreat
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Jan 23, 2023 09:01 am MST
- Original Published Date: Jan 13, 2023 07:17 am MST
- Updated Response Date: Jan 19, 2023 09:00 am MST
- Original Response Date: Jan 19, 2023 09:00 am MST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code:
- NAICS Code:
- 721110 - Hotels (except Casino Hotels) and Motels
- Place of Performance: CO 80940USA
Description
Responses to questions are attached.
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 FA700023Q0010 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 721110, Hotels and Motels. This NAICS has a size standard of $40M.
The requirement is to provide the following:
- Venue. A retreat center on February 24-26, 2023, 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 Government is looking for a retreat center or hotel that can meet the requirement. If it is a hotel, the Government would need at least 75 rooms.
(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 six (6) meals (breakfast/lunch/dinner) for up to 135 Cadets and staff, beginning with dinner on 24 February 2023 and ending with lunch on 26 February 2023. Vegetarian and gluten free options are needed.
3. Meeting Room. A large meeting room to accommodate all 135 Cadets and staff. The meeting room must be equipped with AV and sound system equipment, and areas for small breakout groups.
(a) A large area to hold Catholic Mass (can be the same at the large meeting room).
(b) Small break out rooms will be required.
4. Do you have any comments to the SOW or other information the Government should consider?
PWS is attached.
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.
We are 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, 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
- ADMIN ONLY NO REQTN CP 719 333 4019 8110 INDUSTRIAL DR STE 200
- USAF ACADEMY , CO 80840-2303
- USA
Primary Point of Contact
- Kristin Ulma
- susan.ulma@us.af.mil
- Phone Number 7193333200
Secondary Point of Contact
- Nathalieb Zepeda
- Nathalieb.Zepeda@us.af.mil
History
- Jan 24, 2023 08:34 pm MSTSources Sought (Updated)
- Jan 23, 2023 09:01 am MSTSources Sought (Updated)
- Jan 13, 2023 07:17 am MSTSources Sought (Original)