Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
SOLICITATION NOTICE

X -- Whitehouse Fellows Annapolis Weekend in June 2007

Notice Date
2/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OPM022-07-Q-0007
 
Response Due
2/9/2007
 
Archive Date
2/24/2007
 
Description
This is a combine synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Meeting Space, Audio Visual Equipment Rental, Breakfast Vouchers, Lunch Vouchers, Continental Breakfast, Reception and two Banquet Dinner. The period of performance for this requirement is June 7-10, 2007. Hotel must be within walking distance to the United States Naval Academy (less than 2 miles). We require approximately 15 double and 25 single rooms for 3 nights, specified conference needs described below, and lodging rates within the stated Federal Government per diem per Federal Travel Regulations or best rate available. The President's Commission on White House Fellowships will be holding interview meetings at the United States Naval Academy (USNA), Annapolis, Maryland, on Friday and Saturday, June 8th and 9th. Attendance will be approximately 55 people. The hotel also must provide: hot breakfast vouchers June 8, 9, 10, meeting space on June 7 for 40 people; Table set up for registration from 3:00 pm to 5:00 pm; meeting space on June 10 for 35 people; lunch vouchers on June 10 for 35 people; Reception for 55 people on June 7; Banquet dinner for 55 people on June 7; Reception and Banquet dinner for approximately 75 people for June 9th; and audiovisual equipment. All sleeping rooms must be within the same building. Conference package prices not included. Each item must be priced out separately. This Request for Quotations (RFQ) is in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This IS NOT a solicitation for Event Planning Services. This announcement incorporates provisions and clauses in effect through FAR Change Circular 2005-14. This announcement/solicitation is unrestricted to both large and small business, and constitutes the only bid document that will be issued. The applicable NAICS Code is 721110 and the small business size standard is $6 million. A response to the requirements of this solicitation shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A Hotel Contract shall be submitted with your proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage. The hotel facility must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The hotel facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 ET. Seq.). Hotel Lodging - (1a) 40 (15 double, 25 singles) sleeping rooms for participants check-in on June 7, 2007 with check-out June 10, 2007. 50 Rooms must be individual/private-sleeping rooms with private toilet facilities at government per diem rate for Annapolis, MD. Payments for Hotel Lodging shall be the sole responsibility of the Presidents Commission on White House Fellowships (PCWHF). Meeting Space-Registration and General Session Meeting Room for June 7, 2007, from 2:00 pm to 5:00 pm to accommodate 38 people, U-shape skirted tables with two skirted 4 x 8 rectangular tables for registrations,: (2) Meeting Space-General meeting for June 7, 2006 to accommodate 38 people from 4:00 pm to 7:00 pm, U-shape skirted tables,: (3) Meeting Space-General meeting for June 10, 2007 to accommodate 38 people from 8:00 am to 4:00 pm, U-shape skirted tables with 2 skirted 4 x 8 rectangular tables placed inside of meeting room for food set-up. AV equipment required. Provide lunch vouchers on June 10, 2007. Provide space for Reception to be held from 6:00 pm to 8:00 pm with food services on June 7th for 55 people. Provide banquet services on June 7, 2007 from 8:00 pm to 10:00 pm, for 55 people, round tables of 8. Other requirements: breakfast vouchers for hotel restaurant to be distributed upon check-in. Provide information (availability/cost) on amenities of hotel i.e., parking, AV equipment, and menus. Award will be made to the offer or determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Technical proposals will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. The PCWHF reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations, location and experience with large conferences. Prices will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. Any offer that does not meet the solicitation requirements may be rejected as non-responsive. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.arnet.gov/far (FAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Size and quality of services and accommodations; 2. Location; 3. Experience with similar conferences, and 4. Price. (Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price); 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603-(2)(xii) the following provisions under the clause apply (b) (11)-(b)(15), (b)(19)(i), (b)(21), (b) (25) (b) (26) applies if Government Purchase Card is used, (c) (1), (c) (2), and (c) (4); FAR 52.232-18. Availability of Funds. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all prices, descriptive literature, technical proposals, and Hotel Contract to Toni Campbell, Contracting Officer, 202-606-4806, 1900 E Street NW, Room 1342, Washington, DC 20415. The Government will only accept faxed proposals to fax number 202-606-2630, or email proposals to antoinette.campbell@opm.gov. Closing date for receipt of proposals is February 9, 2007 at 3:00 pm EDT.
 
Place of Performance
Address: Annapolis, Maryland
Zip Code: 21401
Country: UNITED STATES
 
Record
SN01228018-W 20070209/070207221507 (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.