Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

V -- US-Georgia Public Affairs Training

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1006Q0753A
 
Response Due
4/27/2006
 
Archive Date
5/12/2006
 
Description
This is an amendment to RFQ HSBP1006Q0753A WHICH WAS POSTED TO FBO.GOV ON 20 APRIL 2006. Business partners please refer to amendment to this synopsis to download two attachments: (1) Cost/Price Submission and (2) Statement of Work. The Department of Homeland Security, Customs and Border Protection (CBP), has a requirement for a hotel and conference facility in the Washington DC Metropolitan Area for an eight-day period during the week of June 16, 2006. This symposium will include a total of 18 attendees, 14 will require rooms at the hotel. The hotel shall provide a block of single/double occupancy rooms at or below the government rate limitation for lodging of $180 per day. CBP expects the hotel and conference facility to provide a primary point of contact (POC) who will be responsible for supporting the hotel accommodations/check-in and front desk service. Additional details are provided in the attached Solicitation\Statement of Work. This room block is required for June 16 ? June 24, 2006. The arrival and check-in date of all attendees/hotel guests is Friday, June 16, 2006. The departure and checkout date of all attendees/hotel guests is Saturday, June 24, 2006. This acquisition is being solicited on an unrestricted basis; the North American Industry Classification System is 721110 with a size standard of $6.5 Million. The Point of Contact for this requirement is, Richard Kirby @202-393-8441 ext 262, Fax (202) 393-7565, Email richard.kirby@associates.dhs.gov. Place of Performance: The hotel should be in the Washington DC. metro area and be within a short walking distance (not more than two blocks) of a Metro station. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; responses are being requested and a written solicitation will not be issued. Solicitation number HSBP1006Q0753 is being issued as a Request for Quotations (RFQ). This is a RFQ in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07 (02 FEB 2006) and the Department of Homeland Security Acquisition Regulations (HSAR). It is the vendor?s responsibility to be familiar with the applicable clauses and provisions. This RFQ will be issued exclusively through this Government Point of Entry (Fedbizopps.gov). All future information about this acquisition including amendments to this procurement requirement will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Required Services are described in the attached Statement of Work (SOW). Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://arnetfar.Qov, or by contacting the Contracting Officer. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Sep 2005) and FAR 52.212-2, Evaluation-Commercial Items both apply to this acquisition. Vendors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (March 2005) as part of their quotation or provide a reference to their Representations and Certifications on Online Representations and Certifications Application (http://orca.bpn.Qov) (ORCA). The government will award a purchase order resulting from this RFQ to the responsible vendor whose proposal, conforming to the solicitation, is most advantageous to the Government. The vendor must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) database and must provide DUNS number and TIN with quotation. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Order-Commercial Items (Feb 2006) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; 52.247-64 The schedule for this procurement is as follows: Combined Synopsis/Solicitation posted?April 20, 2006 Questions Due???????????..April 22, 2006 NLT 2:00 p.m. Answers Posted???????????April 25, 2006 NLT noon Proposals Due???????????..April 27, 2005 NLT noon All times are Washington D.C. local time. Questions and Proposals shall be submitted to Richard Kirby by e-mail at richard.kirby@associates.dhs.gov. Quotations must meet all instructions set forth in this combined synopsis/solicitation and are due on April 27, 2006 NLT noon. Reference the RFQ number HSBP1006Q0753 on your submission The Government will award a purchase order resulting from this RFQ to the responsible vendor whose quotation conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Responses will be evaluated on the basis of best value. Evaluation Factors are Technical Acceptability (required accommodations, services etc.) Past Performance and Price. Technical Acceptability is more important than Past Performance. Both Technical Acceptability and Past Performance are more important than Price. Technical Acceptability is the most important criteria. Submissions in response to this RFQ shall be comprised of four (4) parts. (I) The technical submission shall not be more than seven (7) pages. (II) The Past performance submission shall be separate from the technical proposal. The Past performance submission shall not be more than two pages and shall include at least three (3) references of previous similar engagements held over the past three (3) years inclusive of the names, email addresses and phone #'s of Points of Contact. (III) The Cost/Price Submission shall not be more than two (2) pages. The offerors shall breakdown their pricing into the three main components of this procurement as per the MS Word Attachment provided as an attachment to this synopsis. (IV) The Representations and Certifications shall be separate from the Technical Submission, Resumes, Past Performance Submission and Cost/Price Submission. GSA Schedule Quotations and Quotations against other Government Wide Acquisition Contract Vehicles are encouraged. Facsimile Quotations will not be acceptable. Please Email all quotes. Offeror?s are encouraged to submit unique, innovative solutions in accordance with their commercial business practices as per the following business objectives: 1. To implement and use an innovative and creative technical approach and business solution to managing a hotel and conference facility for the CSI Symposium that meets the requirements set forth herein in accordance with the offeror?s standard commercial practices. 2. To propose a pricing structure to accomplish the requirements set forth in this Statement of Work. 3. To encourage offeror?s to propose business solutions using performance based contracting techniques with incentives and disincentives designed to reward superior performance (e.g. customer satisfaction, timely submission of deliverables) and poor performance (e.g. loss of dollars) based on commercial quality standards. 4. To accomplish the requirements set forth in this Statement of Work. 5. To provide comprehensive program reporting on issues such as securing the hotel and conference facility etc. 6. To propose a contract type in accordance with the offeror?s standard commercial practices. The Government contemplates the award of a firm fixed price order.
 
Place of Performance
Address: Washington DC
 
Record
SN01032582-W 20060423/060421220515 (fbodaily.com)
 
Source
FedBizOpps 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.