Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2003 FBO #0581
SOLICITATION NOTICE

R -- Conference Room Facility

Notice Date
7/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Labor, Office of the Inspector General, Frances Perkins Building, 200 Constitution Avenue, NW, Room S5020, Washington, DC, 20210
 
ZIP Code
20210
 
Solicitation Number
OIG-OLRFI-0003
 
Response Due
7/17/2003
 
Archive Date
8/1/2003
 
Point of Contact
Cheryl Wells, Contract Specialist, Phone (202) 693-5123, Fax (202) 693-5121, - Cheryl Wells, Contract Specialist, Phone (202) 693-5123, Fax (202) 693-5121,
 
E-Mail Address
cwells@oig.dol.gov, cwells@oig.dol.gov
 
Description
DESC: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will NOT be issued. Reference solicitation #RFP OIG-OLRFI-0003. A Firm Fixed Price contract will be awarded for hotel lodging, catering and conference rooms for the U.S. Department of Labor, Office of Labor Racketeering Fraud Investigations, Washington, D.C., for a six (6) day period for either week starting June 28, 2004 through mid August 2004 (not to include holidays). Hotels will be considered in the following cities and specified areas: Las Vegas, Nevada (downtown, as defined by the Las Vegas Convention and Visitors? Bureau), Anaheim, California (downtown as defined by the Anaheim Convention and Visitors? Bureau) and San Antonio, Texas at the Riverwalk or within walking distance of the River Walk, Norfolk, Virginia (downtown as defined by the Norfolk Conventions and Visitors? Bureau), and San Diego, California. Airport properties will not be considered. Requirements include: Sleeping rooms at or below the government per diem: Approximately 200 rooms Sunday through Saturday; Food and beverage service include: 1) morning and afternoon breaks, and, 2) up to 4 buffet lunches for 180 to 200 people; Conference rooms: 1) General session for 200 participants, classroom style, on Monday and Friday. Tuesday through Friday, provide up to 10 breakouts rooms to accommodate 25-35 people classroom style (room setup is subject to change), 2) 2 boardrooms or smaller meeting rooms for the conference, and 3) at least one breakout must be equipped with electrical outlets and 30 high speed data Internet connections; 4) Audio-Visual Services, and 5) A Business Center that can support in-house meetings with general office equipment to include but not limited to photocopying, faxing and computer center. In order to be considered for the award, hotels must be able to provide at one location/facility, all sleeping rooms, food and beverages and conference rooms for the group. The provision at FAR 52.212-1, Instructions to Offerors-applies to this acquisition. Provisions in the FAR 52.212-2, EvaluationB Commercial Items (Jan 1999)(a) The Government will make the award on a Best Value basis. Award will be made to the responsible offeror whose offer meets all the government?s stated requirements and is determined to be the most advantageous offer to the Government, price and other factors considered. Award may be made without discussions. To be eligible for award of this contract, the hotel must be compliant with the Hotel and Motel Fire Safety Act of 1990(PL101-391), 15 USC 2201, (Public Law 101-391) and be compliant with the Americans with Disabilities Act, 42 USC Section 12101. Other considerations: transportation to a major airport, and, diversified, adequate and reasonable food service must be available on-site and within walking distance. Responses to questions posed will be available at the following web site http://www.oig.dol.gov/public/rfps/main.htm Cost proposals should not be included with the Technical proposals. Evaluation will be based on the following factors: 1) Price, 2) lodging requirements described in this announcement, 3) conference rooms described in this announcement, 4) food service described in this announcement, 5) restaurants within walking distance, 6) business center support, 7) audio visual services, 8) past performance. Any additional factors that contribute to the effectiveness of the training session will be given consideration. Offerors should provide a minimum of 3 references for whom same or similar services were provided. Include the address, telephone number and name of the person to contact for which you have provided similar services within the past three (3) years. Offerors should also provide cost information and required certifications separate from technical information. Offerors shall include their Tax Identification Number, Dun and Bradstreet number, and FEMA certification number. Offerors shall also include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and CertificationsBCommercial Items. FAR 52.212-4, Contract Terms and ConditionsBCommercial Items, applies to this acquisition. The following FAR clauses are incorporated. 52.212-5(a) (1) and (2), 52.212-5(b), 52-212-5(c), 52.212-5(d) (1) (2) (3) and 52.212-5(e) (1) (2) (3). In order to view the full text of the applicable FAR Clauses go to http://www.arnet.gov/far/. Forward responses to this to the U.S. Department of Labor, Office of Inspector General, Attn: Cheryl Wells, 200 Constitution Avenue, NW, Room S-5020, Washington, D.C. 20210, by 3:00pm local time, Thursday July 17, 2003. The due date for questions pertaining to this announcement can be e-mailed to Ms. Wells at cwells@oig.dol.gov no later than 12:00pm local time, Wednesday, July 9, 2003. Proposals from Meeting/Conference Management Services will not be considered.
 
Record
SN00361255-W 20030703/030701213418 (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.