Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

R -- RFQ 0700-0014-06

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFQ-0700-0014-06
 
Response Due
7/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 721110. This is a 100% small business set-aside. The Federal Bureau of Prisons is seeking a Hotel/Conference Center facility in the Las Vegas, Nevada area, to provide primary meeting space, overnight accommodations, breakout rooms, meals, continuous beverage breaks, standard audio-visual equipment, use of conference center facilities, and parking from September 5-8, 2006 as identified below (see attached pdf worksheet). Only twenty-four (24) participants will be included in this contract. Hotel/ Conference facility will also be required to block/hold twenty (20) lodging rooms for technical resource staff in addition to lodging requirement identified below. The technical resource staff rooms should NOT be included in the event pricing. All technical resource staff rooms will be paid via government credit card. These twenty (20) additional room will be paid separate from any contract resulting from this solicitation. All prices quoted for lodging and meals shall be within the allowable Government Per Diem rates for Las Vegas, NV. Award will be based on the lowest acceptable quote and past performance. Prospective vendors are advised that registration in the Centralized Contractor Registration (CCR) database is mandatory. Information and registration details can be found at www.ccr.gov . In addition, prospective offers must also be registered and complete the On-Line Representations and Certifications Application (ORCA). Information and registration details can be found at http://orca.bpn.gov . QUOTES SHALL BE SUBMITTED AS A FIRM-FIXED PRICE. ALL LINE ITEMS MUST BE PRICED. OFFERS NOT IN COMPLIANCE WITH THE REQUIRED PRICING STRUCTURE WILL NOT BE CONSIDERED FOR AWARD. ALL QUOTES MUST BE A FIRM-FIXED PRICE, QUOTED ON THE ATTACHED PRICING SHEET. FAILURE TO COMPLY WITH THIS COMBINED SYNOPSIS/SOLICITATION WILL RESULT IN NOT BEING CONSIDERED FOR AWARD. This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-08, and are available at www.arnet.gov . FAR 52.212-1 INSTRUCTIONS TO OFFERS-COMMERCIAL ITEMS (JAN 2006); FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2005); FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (SEPT 2005); FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (FEB 2006), inclusive of the following FAR clauses: FAR 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) FAR 52.222-3, CONVICT LABOR (JUNE 2003); FAR 52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2006); FAR 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); FAR 52.222-26, EQUAL OPPORTUNITY (APR 2002); FAR 52.222-35, EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001); FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUNE 1998); FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS (DEC 2001) FAR 52.225-1, BUY AMERICAN ACT - SUPPLIES (JUNE 2003); FAR 52.225-3, BUY AMERICAN ACT - FREE TRADE AGREEMENTS-ISRAELI TRADE ACT (JAN 2006); FAR 52.225-5, TRADE AGREEMENTS (JAN 2006); FAR 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006); FAR 52.232-29, TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002); FAR 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION (OCT 2003); FAR 52.233-3, PROTEST AFTER AWARD (AUG 1996); and DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT - BUREAU OF PRISONS CLAUSE (JUNE 2004) Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. Any Hotel/Conference Event organization responding to this requirement must offer use of a non-gaming hotel. Award will not be made to casino hotels or Event Management Companies representing a gaming hotel. Technical questions regarding this combination Synopsis/Solicitation or the event requirement may be directed to Ken Andrews at (800) 995-6429. Contractual questions must be emailed to mbodine@bop.gov. Quotations are due no later than 12:00pm (noon) on Friday, July 19, 2006. Quotes may be faxed to (202) 514-0523, Attention: Michael Bodine, Contract Specialist. RFQ 0700-0014-06: Offsite facility for NIC?s Executive Excellence Program Phase II, September 5-8, 2006, to be located in Las Vegas, NV. Lodging- (estimate): a. Off-Site Facility, located in the Las Vegas, Nevada area (within 15 miles of the Las Vegas airport, closer to the strip if possible) September 5, 2006 (Tuesday) through September 8, 2006 (Friday). b. Lodging must include twenty-four (24) single occupancy rooms from September 5-7, 2006. One Hundred and Thirty-Two (132) total. Checkout: September 8, 2006 (Friday). c. Meeting Rooms: One (1) main room, minimum 2,400 square feet. Must be accessible on Wednesday (Sept. 6th). Date and times of usage: 8am-8:30pm Wednesday (9/6/06). Three (3) smaller, break-out rooms, minimum 350 sq. ft. All three (3) must be available from 8am-8:30pm on Wednesday (9/6/06), and two (2) must be available from 8am-5pm Thursday (9/7/06) and from 8am-Noon, Friday (9/8/06). d. Set-up fo all three (3) days: 1. Five (5) round tables with five (5) chairs each (Chevron). 2. Two (2) rectangular tables, end to end, with three (3) chairs, each side of the room. 3. One (1) resource table (rectangular) for resource material, located in the rear of the room. 4. One (1) refreshment table (rectangular), rear of room. e. AV Equipment (9/5-9/8/06): 1. TV/VCR Monitor Packages as follows: Six (6) for Wed., One (1) for Thurs., and One (1) for Friday. 2. Eight (8) cart/table as follows: Six (6) for Wed., One (1) for Thurs., and One (1) for Friday. 3. One (1) 8x8 screen, for four days. 4. One (1) podium w/microphone, for four days. 5. Five (5) flip chart, stand, and markers, for four days. 6. One (1) overhead projector, for four days. f. Food and Beverage: Contract shall include a rate for forty-four (44) guests, only twenty-four (24) will be paid via contract. 1. Breakfast for forty-four (44) people, Wed.-Fri. 2. Lunch for forty-four (44) people, Wed.- Fri. (lunch will be a boxed lunch of Friday, 9/8/06). 3. Dinner for forty-four (44) people, Tues.-Thurs. g. Estimated taxes: lodging, equipment, food, and beverage. h. Miscellaneous Cost: faxing, copying, and postage. Notes*** -Lunch and dinner set-ups need to be in a private area, due to personal presentations. -Joint breakfast and lunches are acceptable for Tuesday, Wednesday, and Thursday. -We will need access to the meeting room or a separate room, that can hold a thirty person circle, on Thursday night, 9/7/06. -No on-sight staff are required from the hotel or event management company, all set-up and introductions will take place by the NIC staff. -private space for individual, confidential feedback for four (4) participants simultaneously. -private outdoor space, preferably a grassed section to accommodate two (2) groups of ten (10) to twelve (12) to execute team building activities. -secluded indoor and outdoor space conducive to individual problem solving, Journaling, and personal reflection time. -classroom space that will accommodate thirty (30) adults, plus podium, LCD set-up, display table, and refreshment table. -Dining area that will accommodate up to fifty (50) people.
 
Place of Performance
Address: Federal Bureau of Prisons, 320 First Street, NW, Washington, DC 20534
Zip Code: 20534
Country: United States
 
Record
SN01082678-W 20060707/060705220330 (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.