Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

X -- Hotel Lodging and Conference Room

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
561591 — Convention and Visitors Bureaus
 
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
DOL4GRP0001
 
Response Due
4/26/2004
 
Archive Date
5/26/2004
 
Point of Contact
Cheryl Wells, Contract Specialist, Phone (202) 693-5123, Fax (202) 693-5121,
 
E-Mail Address
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 #DOL4GRP0001. A Firm Fixed Price contract for hotel lodging, catering and conference rooms will be awarded for the U.S. Department of Labor, Office of Audit, Washington, D.C., for a six (6) day period, preferably one of the first two weeks of August. The U.S. Department of Labor, Office of Audit is considering hotels located in the following cities and specified areas: San Diego, CA (only downtown hotels as defined by the San Diego Convention and Visitors? Bureau); Los Angeles, CA area to include Universal City, Hollywood, Pasadena, Santa Monica, and Westwood. Airport properties will not be considered. Requirements include: Sleeping rooms at or below the government per diem rate: Approximately 200-275 rooms Sunday through Friday (Saturday checkout); Food and beverage service: 1) morning and afternoon breaks, 2) 2 buffet lunches for 200 to 270 people, and 3) must be able to provide kosher meals; Conference rooms: 1) General session for 200-270 classroom style on Monday and Friday and up to 12 breakouts to accommodate up to 35 people each, classroom style Monday afternoon, Tuesday, Wednesday, Thursday and Friday morning (room setup is subject to change), 2) 2 boardrooms or smaller meeting rooms for the week, 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) 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, beverages and conference rooms for the group. The provision at FAR 52.212-1, Instructions to Offerors-applies to this acquisition. Also provisions in the FAR 52.212-2, EvaluationB Commercial Items (Jan 2004) is incorporated in this solicitation document. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and whose offer is determined to be the most advantageous offer to the Government, price and other price related factors considered. 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 major airports 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. Offerors shall submit cost proposals separately from Technical proposals. The award resulting from this solicitation will be made on a ?Best Value@ basis. If two or more offers are considered to be technically equal price may become the determining factor for award. The following factors will be used to evaluate proposals: 1) Price, 2) lodging requirements described in this announcement (including availability and cost of high-speed internet in sleeping and conference rooms), 3) conference rooms described in this announcement, 4) food service described in this announcement, 5) restaurants within walking distance (including number and variety), 6) business center support, 7) audio visual services, 8) site visits, and 9) past performance. Also, additional factors that contribute to the effectiveness of the training session will be given consideration. Offerors shall include in their proposals at least 3 references, (i.e.(3) agencies/companies), include the address, telephone number and name of a contact person for which you have provided similar services within the past three (3) years. As stated above, offerors shall also provide cost information and certifications separate from technical information. Include Tax Identification Number, the Dun and Bradstreet number and FEMA certification number in the proposal. Offerors are to also include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representations and CertificationsBCommercial Items, (Jan. 2004), FAR 52.212-4, Contract Terms and ConditionsBCommercial Items, applies to this acquisition. The following FAR clauses are applicable: 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). The FAR INTERNET address is http://www.arnet.gov/far/. Responses to this RFP are due to the U.S. Department of Labor, Office of Inspector General, Attn: Ebony Fultz, 200 Constitution Avenue, NW, Room S-5020, Washington, D.C. 20210, by 3:00pm on April 26 E.S.T. You can email questions pertaining to this announcement to Ms. Fultz at efultz@oig.dol.gov by noon April 16, 2004 E.S.T. All hotels that meet the above requirements will be considered. Proposals from Meeting/Conference Management Services will not be considered.
 
Record
SN00553089-W 20040326/040324224103 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.