SYNOPSIS
The United States Office of the Comptroller of Currency (OCC) is conducting market research to determine feasibility for a potential procurement requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations.
The purpose of this notice is to obtain information from industry contractors regarding their interest, capabilities, and recommendations for providing all the facilities and services as delineated in the draft statement of work (SOW), at one hotel venue (same location for base year and all option years), necessary to perform the requirements. Requirements include providing sleeping rooms, meeting rooms, testing rooms, and office space rooms. Additional requirements include food and beverage service (refreshment stations) for offices and testing rooms, audio visual equipment for main office and testing rooms, dedicated highspeed wireless internet service for testing and office space rooms, and dedicated copier/scanner and paper shredding bin (with associated disposal) in the office space room. Finally, Contractor shall provide a secured year-round storage space at the hotel venue.
The North American Industry Classification System (NAICS) code for this request is 721110 for Hotels (except Casino Hotels) and Motels. The small business size is $40.0 million. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; 8(a) small business; HUB Zone small business; service-disabled veteran-owned or veteran-owned small businesses; women-owned or economically disadvantaged women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible.
The OCC has not determined the acquisition approach. This market research will allow the OCC, and the Acquisition Management division, to make an informed decision about how to proceed.
RFI REQUIREMENTS
Description of Information Requested
The OCC is requesting information from contractors regarding industry practice and contractor capabilities in providing a hotel venue and services. Contractors should provide documentation demonstrating specific experience performing these services using industry best practices.
- Provide company information including:
- Company name and address.
- Business size of company, including specific type (Small Business, Woman-Owned, etc.).
- Point(s) of contact including name, phone number, address, email, and position.
- Provide any other pertinent information that will assist us in this assessment.
- General Schedule number (if awarded a Schedule contract) or contract number if these venues and services are on another federal agency’s Governmentwide Acquisition Contract (GWAC).
- Provide feedback on draft SOW.
- Answers to listed questions.
- Any other pertinent information, place here.
PLANNED SCOPE of WORK: See attached draft SOW.
QUESTIONS:
Scope Specific:
- Please identify if you are a hotel or a third party facilitator.
- Please provide suggested revisions to the SOW.
- Please describe any service contract where you have performed/provided similar services.
- Please provide possible solutions and approaches that may currently exist in the marketplace, along with information on innovative ideas or concepts for delivering the service in question.
- Please provide the following sample documents:
- Capability Statement
- Proposed formats for the required contract deliverables.
- Examples of reports to other customers that are similar to this PWS Required Contract Deliverables, if available
- Please describe your Information Security and Privacy Requirements practices.
- The OCC requires annual storage of a great deal of non-accountable equipment and supplies in large rolling crates. These items include cameras, tripods, clocks, monitors, keyboards, massive amounts of printed materials, office supplies, power strips, and accommodation items (standing desks, etc.). What type of locked space does the facility have to storage these crates between sessions? (Unused hotel room, closet, warehouse, etc.) Would the OCC have to share that space with other organizations? What is the square footage of the storage space?
Contracting Specific:
- Company Background - Provide summary information including company name, DUNS number, CAGE code, and designated point of contact's name, title, email address and phone number.
- Is your company registered in the System for Award Management (www.sam.gov) to do business with the Federal government? If so, what is you SAM Unique Entity ID (UEID) number? Is your company registered in SAM as a Small Business or any of the socio-economic categories (Woman Owned, 8(a), HUBZone, Veteran Owned, etc.)?
- Does your company have a GSA federal supply schedule contract or any other Governmentwide Acquisition Contract (GWAC) that provide the required product/services? If so, please provide that information to include agency and contract number.
- NAICS Code, Size Standard, Product Service Code (PSC), and Company's Business Type Classification under NAICS Code – Provide recommended NAICS Code, if you feel the one listed is not accurate, to include Size Standard and your Company's Business Type Classification under the recommended NAICS Code (e.g. large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, etc.). Provide recommended PSC.
- Solution and Service Overview – Describe services available through your organization and provide a statement of capability demonstrating your ability to meet the requirements outlined in the draft SOW. Describe any other additional tasks/services you think are essential to the project as described.
- What would the estimated price (rough order of magnitude) be for the requirement listed above? Please provide a price breakdown to include a base year and four optional years to provide the hotel venue and services as outlined in the draft SOW. Provide price lists or catalogs. If applicable, provided information on volume discounts, prompt payment discounts, contract financing, and payment methodology. Provide recommendations on potential CLIN structure and if the requirement is suitable for firm fixed-price contract.
- Other Information (e.g., commercial practices, market information, capabilities for planning purposes, subcontracting, etc.) – Provide information on:
- Commercial practices that may differ from the requirements of the draft SOW but still provide the OCC with a successful solution.
- Vendor's possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts regarding the venur or service in question;
- Commercial practices regarding industry evaluation of / or measuring performance; and
- Subcontracting possibilities, specifically for small businesses.
INSTRUCTIONS AND RESPONSE GUIDELINES
The response must be specific to each of the RFI requirements listed in the draft SOW to demonstrate that the respondent has the requisite facilities and services. Responses to this RFI shall not exceed 25 pages and must clearly describe the contractor’s capabilities in relation to providing a hotel venue for the UCE. Responses must be submitted electronically, viewable in the most current version of Adobe PDF, printable on 8.5” x 11" paper, in an 11-to-13-point font, with margins at least ½ inch, and with each page containing a page number in the footer or header.
This RFI is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal/Request for Quote or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the contractor-sponsored demonstration or the Government's use of such information. Contractor’s responding to this RFI should submit the information necessary for the Government to make a determination that the source is capable of satisfying the Governments anticipated need.
Acknowledgment of receipt of responses will be made once a response is received. However, respondents will NOT be notified of the Government's evaluation of the information received. Should a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with 2031JW25N00011 and are due no later than 1:00 PM ET, Monday, June 2, 2025.
All interested parties must submit their responses via email to John R. Baumert at John.Baumert@occ.treas.gov. Questions regarding this RFI will NOT be entertained. Telephone calls or emails regarding this RFI will not be accepted. This RFI is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time.