SOURCES SOUGHT
V -- Lodging and Food Accommodation at USMA
- Notice Date
- 7/25/2025 12:09:04 PM
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- PANMCC25P0000027614
- Response Due
- 7/30/2025 7:00:00 AM
- Archive Date
- 08/14/2025
- 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 desires to procure Lodging and Food accommodations for the United States Military Academy � Directorate of Admissions at West Point, NY. Vendor shall provide quality services, equipment and lodging necessary to perform the duties of a three (3) day experience. Accommodation should be as follows: a. Hotel must be located within a 10-mile radius of Academy Post due to time sensitive activities involving the guest(s) daily agenda b. Hotel shall be able to offer � Fifty (50) standard guest rooms and access to evening social facility to include bar. c. Hotel shall maintain a dedicated security staff. No additional security is required for these events. d. Hotel must provide on-site breakfast consisting of (hot): eggs, bacon, sausage, toast, oatmeal and baked good (pastries) and beverages. Must have on-site restaurant serving breakfast for Day (2). e. All guest rooms shall be equipped with bathtubs/showers f. Hotel shall have a (3-5) star rating to ensure quality location The Government anticipates a solicitation competed 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 synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 721110 and PSC V231. A need is anticipated for Lodging and Food Services at the United States Military Academy at West Point, NY. 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 (including 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 Wednesday 30 July 2025 at 1000 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/6b93327ce75d47f7a65faf86f173da26/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN07525236-F 20250727/250725230051 (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 |