Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

V -- International Basel Conference

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CC-07-HQ-Q-0026
 
Response Due
3/21/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Basel Accord Implementation Group (AIG) is comprised of banking supervisors from the G-10 countries; the Office of the Comptroller of the Currency (OCC) being one of the US representatives. The important conference detailed below will be attended by the Basel AIG as well as representatives from non-G-10 countries. SCOPE OF REQUIREMENT: The OCC requires guest rooms, meeting rooms, and hotel services of a qualified hotel for the Basel AIG Conference to be held September 11and 12, 2007 in downtown Washington, DC. The conference is one and one-half days in length. The program will consist of the following (the timeframes are approximate): Monday, September 10 - Pre-set only 8am to 24 hours - Office for OCC 12noon to 24 hours - General session setup - hollow square for 50 & perimeter seating for 20. Tuesday, September 11: 24 hours - OCC office 8am to 9:30am - continental breakfast for 70 8am to 6pm - general session for 50 outside of hollow square and 20 perimeter seating 12:30pm to 1:30pm - luncheon for 70 at rounds. Wednesday, September 12: 24 hours to 4pm - OCC office 8am to 9:30am - continental breakfast for 70 8am to 3pm - general session for 50 outside of hollow square and 20 perimeter seating 12:30pm to 1:30pm - luncheon for 70 at rounds. The estimated maximum number of guest rooms is 40 on night of September 11, 50 on night of Sept. 12, and 20 on night of Sept. 13. MANDATORY REQUIREMENTS: The hotel must ... 1. be compliant with the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et seq, (Public Law 101-391) and hold a FEMA certification number; 2. be compliant with the Americans with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA); 3. have one of the following ratings: Moderate deluxe or higher per the Hotel & Travel Index; four diamonds or higher per AAA; four crowns or higher per the OAG Business Travel Planner; 4. be registered in the Central Contractor Registration (CCR) database; 5. hold the space on a first option basis until April 30, 2007. SUBMIT YOUR HOTEL'S QUOTE by Wednesday, March 21: If your hotel can offer the date listed above on a first option basis, submit your quote by email by Wednesday, March 21 to thora.stanwood@occ.treas.gov. Include the following in your quote: 1. Guest room rate 2. Meeting room rental charges 3. Schedule of events with meeting room assignments and room diagrams/capacity chart 4. Three recent references (name of company/agency; contact's name; contact's phone #) that had requirements similar to OCC's 5. Your banquet menus and prices and your audio visual list and prices. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 - 15 Addendum: FAR PROVISIONS: 52.212-1 Instructions to Offerors - Commercial Items (Sept 2006). FAR CLAUSES: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007): 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2006) - 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.216-18 Ordering (Oct 1995); 52.216-19 Order Limitations (Oct 1995). BASIS FOR AWARD: This procurement is being solicited, offered, evaluated, and awarded using simplified acquisition procedures. The OCC will award a contract resulting from this solicitation to the responsible hotel (FAR Subpart 9.104) whose quote will be the most advantageous to the OCC using the following factors, listed in descending order of importance: 1. Suitability encompasses the factors that contribute to the overall success of the conference and to the conference attendee's convenience, comfort and safety at the hotel. Evaluation of suitability will be a subjective assessment of the features and services offered by the hotel and of other relevant facts and circumstances that are obtained by OCC from any source. The suitability assessment will focus on, but not be limited to, the location of the hotel, the condition of the hotel facility (new, old, remodeled); condition of the guest rooms (designated non-smoking rooms; soft goods clean and in good condition, etc.); condition of the meeting rooms (size and shape, obstructions such as pillars, soundproofing, security, proximity of rooms to each other, etc.); hotel services; availability of on-premise outlets, such as restaurants, convenience store and fitness facility; proximity of the Metro to the hotel. The OCC may base its rating solely on the information provided in the quote or, at OCC's option, also on the findings gathered during a SITE VISIT. 2. Past performance is considered to be the hotel?s relevant work history and the OCC's assessment, with respect to such work history, of how well the hotel performed. Especially relevant are a hotel's record of conforming to contract requirements; a hotel's commitment to customer satisfaction; and, generally, a hotel's reputation for demonstrating a business-like concern for the interests of its customers. Evaluation of past performance will be a subjective assessment based on OCC's experience, if any, with the hotel; the experience of references submitted by the hotel; and a consideration of other relevant facts and circumstances that are obtained by OCC from any source. It will not be based on absolute standards of acceptable performance. 3. Price. Price is the total evaluated cost of a quote. OCC will base total evaluated cost on the prices quoted for guest rooms, meeting rooms, food and beverages, and audio visual equipment. OCC will not consider prices that are contingent, unreasonable or unbalanced. OCC will use total evaluated cost as part of its best value analysis. OCC anticipates awarding the contract in late April/early May 2007. *****
 
Place of Performance
Address: Washington, DC
Zip Code: 20219
Country: UNITED STATES
 
Record
SN01246041-W 20070309/070307221722 (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.