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 -- Lease or rental of facilities

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-04-Q-FPA01
 
Response Due
4/2/2004
 
Archive Date
4/17/2004
 
Point of Contact
Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1511,
 
E-Mail Address
sharlene.a.hagans@irs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-04-Q-OSG04 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Subpart 13.5, Test Program for Certain Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-20. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $6 million. The award will be made to one offeror who fully meets the requirements for providing a Complete Meeting Package (CMP) for the Internal Revenue Service (IRS) Modernization & Information Technology Services (MITS) Leadership Conference, June 21-24, 2004. The award will be made on an all or none basis. The Complete Meeting Package must include meeting space, lodging (reserved and guaranteed at the prevailing government conference lodging allowance), two meals per day, am/pm refreshments breaks, standard audiovisual equipment and full usage of all fitness and recreation facilities. Contractors shall submit a Complete Meeting Package (CMP) for the following contract line item numbers (CLIN): CLIN 001: Three-Hundred (300) single occupancy rooms for three (3) nights, June 21-24, 2004; CLIN 002: Breakfast, Lunch, and Dinner for three hundred (300) people, June 22, 2004; Breakfast and lunch for three hundred (300) people, June 23-24, 2004; CLIN 003: Two (2) refreshment breaks (mid-morning and mid-afternoon) per day for three-hundred (300) people, June 22-23, 2004; One (1) mid-morning refreshment break for three-hundred (300) people, June 24, 2004. Mid-morning refreshment break includes: items such as coffee, tea, sodas, juices, pastries, and fruit; mid-afternoon break includes: items such as coffee, tea, sodas, cookies, brownies, pretzels and chips; CLIN 004: One (1) main meeting room to accommodate up to three-hundred (300) people (seating in rounds of 10 per table), June 21-24, 2004; CLIN 005: State-of-the-art audiovisual equipment for the main meeting room: large projection screen; podium and microphone; four cordless microphones, LCD Projector, flip chart & markers, 8 ? x 11 note pad & pen for each person; on-site technical support, June 21-24, 2004; CLIN 006: Six (6) breakout rooms to accommodate approximately 50 people per room (seating at tables in rounds or classroom style), June 21-24, 2004. Breakout rooms shall be equipped with flipcharts, markers, 8 ? x 11 note pad & pen for each person; CLIN 007: Access to business center (faxing, printing, copying, etc.) and one copier dedicated to the event for large jobs. The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility must be at least 40 miles from but no more than 100 miles from the Internal Revenue Service at 1111 Constitution Ave., Washington, D.C. The facility must provide complimentary parking and transportation services to/from local airports. The conference facility and lodging must be housed in the same facility. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meeting the following mandatory requirements: (1) Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. Seq (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA http://www.usfa.fema/gov/hotel); (2) the facility must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se (ADA). (3) The facility must have one of the following quality ratings: First class or higher per OAG Business Travel Planner; or Three diamonds or higher per AAA. (4) Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov.). The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation; will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Ability to accommodate conference and lodging during the required time frame; 2) Past performance ? Offeror must provide three (3) references of same/similar conference size that the Government may contact; 3) on-site visit and 4) price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer ? Central Contractor Registration. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 10 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes must include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1511/1512 or email Sharlene.A.Hagans@irs.gov.
 
Record
SN00553470-W 20040326/040324224844 (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.