Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

X -- Hotel Meeting Space and Services

Notice Date
3/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-02-Q-00072
 
Response Due
3/22/2002
 
Archive Date
4/6/2002
 
Point of Contact
Robbi Gregg, Contract Specialist, Phone 202-283-1197, Fax 202-283-1511,
 
E-Mail Address
robbi.s.gregg@irs.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-04. The IRS has a requirement for meeting space and services in the Washington DC Metropolitan Area on the following dates: June 25-28, 2002, July 30-August 1, 2002 and August 27-30, 2002 (dates have been pre-established and are unlikely to change) from 7:00am - 5:00pm. The following requirements are needed on June 25-28: (1) General Session Room for 35 people (2) Two Breakout Rooms for 12 people (June 27-28 only) (3) Sleeping Rooms for 30 People (See Note). The following requirements are needed on July 30 - August 1: (4) General Session Room for 70 people (5) Sleeping rooms for 40 people (See Note). The following requirements are needed on August 27-30: (6) General Session Room for 35 people (7) Two Breakout rooms for 12 people (August 27-28 only) (8) Sleeping Rooms for 30 People (See Note). The following requirements are needed each day: (9) Audio-visual equipment (i.e., LCD projector, laptop computer, overhead projector, screens and flipcharts/markers) and (10) Morning and Afternoon Breaks (i.e., coffee, tea, soda, donuts, cookies, bagels). NOTE: Overnight accommodations and related expenses are the sole responsibility of the individual attendees and, therefore, will not be included in the award. The following clauses and provisions are incorporated and apply to this solicitation: 52.212-1, Instructions to Offerors -- Commercial, 52.212-2 - Evaluation--Commercial Items (a) the government shall award a firm-fixed purchase order to the responsible offeror whose offer conforms to the requirements of this solicitation and represents the best value to the government (price, convenience of location and the availability of meeting space and sleeping rooms at federal per diem); 52.212-3, Offeror Representations and Certifications--Commercial Items (a) the offeror shall include a completed copy of this provision with their quote; 52.212-4, Contract Terms and Conditions--Commercial Items; 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following additional FAR clauses are also applicable to this acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.225-3, Buy American Act, Alternate II; 52.225-13, Restriction on Certain Foreign Purchases and 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. The full text of the aforementioned clauses and provisions may be accessed electronically at www.arnet.gov. All quotations received within 15 days from the published date (5:00pm EST) of this synopsis will be considered. All questions and quotations must be submitted in writing via mail, facsimile or email. Verification of receipt of fax transmission is the sole responsibility of the offeror.
 
Place of Performance
Address: Washington DC Metropolitan Area
 
Record
SN00036632-W 20020308/020307124448 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.