Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

V -- Hotel & Conference Accommodations, Long Island Area - IACIT Training for Latvia, Lithuania, Estonia, & Poland

Notice Date
11/17/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSBP1007Q0965
 
Response Due
11/28/2006
 
Archive Date
12/13/2006
 
Description
The Office of International Affairs (INA), US Customs and Border Protection (CBP) of the Department of Homeland Security (DHS), is acquiring hotel accommodations with conference facilities and related services for the purpose of conducting International Air Cargo Interdiction Training (IACIT) with Latvia, Lithuania, Estonia, & Poland during the period of 12/8 to 12/16/2006. The party of participants is comprised of CBP employees, Contractors, and/or representatives from foreign governments, all working on official US Government business. A total of 20 sleeping rooms are required, with 18 to be paid for via the resulting purchase order. The remainder will paid via credit card. Conference room facilities for a party of 20-30 guests and related services (breakfast and afternoon break) will be required for December 11-13, 2006. High quality facilities and relating services are required for this event. Contractor facilities that currently have 3 Star/3 Diamond ratings or higher (for 5 increment rating systems) from organizations such as AAA, OAG, Travelocity, Orbitz, etc. are desired. See statement of work and the evaluation of quotations section of the solicitation document for details. This is not a solicitation for Event Planning Services. An offer/quotation that requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. CBP is a federal government agency and as such is exempt from most sales and occupancy taxes for goods and services it acquires directly, via purchase order as in this case. A NY State tax exemption form (ST-129) will be completed and submitted to the successful Contractor after award. This announcement constitutes the only solicitation; quotations are being requested via the relating solicitation that has been uploaded at this website, RFQ HSBP1007Q0965. This is an RFQ issued in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13 Sep 2006) and the Department of Homeland Security Acquisition Regulations (HSAR). It is the responsibility of the vendor to be familiar with the applicable clauses and provisions. This RFQ will be issued exclusively through this Government Point of Entry (www.fbo.gov). All future information about this acquisition including amendments to this procurement requirement will also be distributed 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. The Government intends to 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.) and Price. Technical Acceptability is more important than Price. While Technical Acceptability is the most important criteria, CBP still desires to acquire the accommodation services at rates near the current GSA per diem level ($159.00 for Nassau County). NOTE: Offerors/Quoters must be registered at WWW.CCR.GOV in order to be eligible for award and must be in compliance with the Hotel and Motel Fire Safety Act of 1990 (PL101-391). Uploaded files include the following: 1) solicitation document (HSBP1007Q0965) in PDF format 2) Bid Schedule in Excel format, and pages 3-21 of the solicitation in MS Word format. Offerors are encouraged to raise any questions or concerns with the Contracting Officer as follows: Arthur S. Cooper III US Customs & Border Protection 7701 N. Stemmons Freeway Dallas, TX 75247 214-905-5533 214-905-5746 (FAX) arthur.cooper@dhs.gov
 
Place of Performance
Address: Greater Nassau County area, Long Island, New York
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01182998-W 20061119/061117220351 (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.