Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2003 FBO #0506
SOLICITATION NOTICE

99 -- UST/LUST National Conference - 2004

Notice Date
4/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Headquarters Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-03-00173
 
Archive Date
6/1/2003
 
Point of Contact
Point of Contact, Joan Thurman, Purchasing Agent, Phone (202) 564-4497
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(thurman.joan@epa.gov)
 
Description
NAICS Code: 5612 This is a Combined Synopsis/Request For Quote (RFQ) for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. RFQs are being requested and a written solicitation will not be issued. The solicitation number is RFQ-DC-03-001730 and is used as a RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-07. This is a large business procurement and the associated NAICS code is 5612. The following contract line item numbers apply for this procurement is: CLIN No. 0001- Facility/Meeting Rooms/Lodging and Audiovisual services. Background and description of requirement: The U.S. Environmental Protection Agency's Office of Underground Storage Tanks is responsible for holding the 16th Annual UST/LUST National Conference which focuses on the issues of regulating underground storage tanks (USTs). This conference is to be held during the month of March 2004 for an approximate 500 attendees. CLIN No. 0001 - provides a suitable conference facility that shall provide appropriate meeting rooms/guest lodging, and audiovisual services for an entire week. CLIN No. 0001 is intended to provide the following: (1) a minimum of 29,380 square feet of meeting room and function space availability. The core conference dates are Monday through Wednesday noon, with adjunct meetings taking place on the Sunday before the official start of the conference through Friday at 5:30 p.m.; (2) 310 (peak night) sleeping/guest rooms at the FY 2003 Federal lodging rate starting three days prior to the meeting through three days after the meeting; (3) adequate location of the facility including the average daytime and nighttime temperatures and precipitation during March 2004; (4) adequate location the facility's accessibility to airlines that have multiple jet flights to and from Reagan National Airport in Washington, D.C.; (5) other facility features (e.g. smoking/non-smoking rooms, single and double occupancy, suites, guests' services and amenities, convenience/cost and hours of off-site food establishments, ground transportation availability and cost, etc.); (6) facility's meeting room features (e.g. 24-hour hold policy, number of elevators and escalators to meeting space, level and types of soundproofing, lighting and temperature control capabilities, complimentary, standard, and deluxe amenities, etc.); (7) facility's guest room features (e.g. rates, complimentary, standard, and deluxe amenities, ADA compliance, heck-in/Check-out policy and times, Cancellation policy and Late arrival policy; (8) to provide audiovisual equipment service during the conference and adjunct meetings and; (9) logistical support services(e.g. copying services, house phones, outside phone lines, computer services, fax services). Quoters should provide the price and availability of the hotel facility and AV services required as follows: (1) Combined hotel facility and AV services, (2) Separate hotel facility services, (3) Hotel charges required if an outside AV vendor is used, if any. In addition, quoters should provide information about the rental price and availability of audiovisual equipment needed to support the conference. Quoters are to submit 3 references of current or past performance businesses that have held similar size conferences at their facility within the last 5 years. ADDITIONAL INFORMATION that provides a more detailed breakout of the requirement can be found on website: http://www.epa.gov/oamsrpod/pmrcsc/conference/index.htm. The provision at FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The evaluation will be completed in 2 stages. Stage 1: The following factors shall be evaluated: (1) Facility's Meeting Rooms and Function Space Availability, (2) Lodging Availabilty, (3) Location Accessibility, (4) Facility's Features, (5) Meeting Rooms' Features, (6) Guest Rooms' Features, (7) Audiovisual Equipment, (8) logistical/Miscellaneous Support. Once all of the proposals have been reviewed and evaluated by EPA, the top 3 quotes will be selected for on-site inspections at each of the quoter's facility location. The Contracting Officer or Project Officer will notify each of the top 3 facility representatives within 5 days after receipt and evaluation of their quotes to schedule an on-site inspection of the information provided on the quotation. The 9th Evaluation Factor is Stage 2: The following factors shall be evaluated: (1) On-site Inspection (Facility, Meeting Room and Guest Room Features). (2) Past Performance References and (3) Price. A more detailed breakout of the on-site evaluated areas are located on the website: http://www.epa.gov/oamsrpod/pmrcsc/conference/index.htm. The Quoter will be evaluated on their demonstrated understanding and ability to provide the services identified in the SOW, and past performance, when combined are equal to price. Final award shall be based on Best Value. Quoters are to include a completed copy of the provision Quoters Representations and Certifications - Commercial (FAR 52.212-3) with its offer. The provision, Instructions to Quoters-Commercial (FAR 52.212-1), applies to this acquisition. The clause, Contract Terms and Conditions-Commercial Items (FAR 52-212-4), applies to this acquisition. The clause, Contract Terms and Conditions Required to Implement Statues Or Executive Orders - Commercial Items (FAR 52.212.5), applies to this action. Quotes are due by May 1, 2003, 3:00 PM Eastern Standard Time. Quotes may be submitted via e-mail to thurman.joan@epa.gov. Quotes may be submitted via facsimile to (202)565-3023. The quoter must confirm receipt of fax by calling Joan Thurman at 202-564-4497. Quotes may be submitted via courier service or express mail service to U.S. Environmental Protection Agency, Ronald Reagan Building, 1330 Pennsylvania Avenue NW (Bid and Proposal Room No. 61107, ATTN: Joan C. Thurman, Washington, D.C. 20460. Quotes may be submitted via mail to U.S. Environmental Protection Agency, 1200 Pennsylvania NW, (3805R), ATTN: Joan C. Thurman, Washington, DC 20460. If submitted by courier or express mail or mail, quoters are required to submit 3 copies of their quote.
 
Record
SN00307387-W 20030420/030418213822 (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.