Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOLICITATION NOTICE

X -- 2008 MITS Leadership Conference

Notice Date
10/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRNO-07-Q-CIC00
 
Response Due
10/17/2007
 
Archive Date
11/1/2007
 
Point of Contact
Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1532
 
E-Mail Address
sharlene.a.hagans@irs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-08-Q-CIC00 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Subpart 13.5, Test Program for Certain Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $6 million. The award will be made to one offeror who fully meets the requirements for providing a Complete Meeting Package (CMP) for the Internal Revenue Service (IRS) 2008 "One Modernization & Information Technology Services (MITS)" Leadership Conference, June 16-20, 2008. The award will be made on an all or none basis. The Complete Meeting Package must include meeting space, lodging (reserved and guaranteed at the prevailing government conference lodging allowance), two meals per day for two days (Breakfast and Lunch on June 17 and 19), and three meals on June 18 (breakfast, lunch, and dinner), am/pm refreshments breaks, state-of-the-art audiovisual equipment and access to a business center with copier capabilities. This requirement is SUBJECT TO THE AVAILABLITY of FY 08 funds. Hotel shall provide a quotation for the following contract line item number (CLIN): CLIN 001: (325) single occupancy rooms on June 16, 2008 - June 17,2008; (345) single occupancy rooms on June 18, 2008; and (200) single occupancy rooms June 19, 2008; CLIN 002: Office Space to accommodate up to 12 people (perimeter tables), June 16-19, 2008; CLIN 003: General meeting room to accommodate up to 325 people (seating in classroom style), June 16-19, 2008; CLIN 004: (7) breakout rooms to accommodate up to 70 people each (set-up style to be determine), June 16-18, 2008; (6) breakout rooms to accommodate up to 80 people each (set-up style to be determine) June 19, 2008; CLIN 005: Meeting room with internet services, June 16-19, 2008; CLIN 006: Food/Beverages to include - Buffet Breakfast and Lunch for up to 325 people, June 17-19, 2008; Dinner for up 345 people, June 18, 2008; two (2) refreshment breaks (mid-morning and mid-afternoon) per day for up to 325 people, June 17-19, 2008. Mid-morning refreshment break includes: items such as coffee, tea, sodas, juices, pastries, and fruit; mid-afternoon break includes: items such as coffee, tea, sodas, fruit, cookies, brownies, pretzels and chips; CLIN 007: Audiovisual: The conference requires audiovisual equipment and support. In addition to the equipment, the IRS will need personnel to set up the site; be on-site throughout the four-days to run the equipment and trouble shoot any problems that might arise during the conference, as well as take down the equipment after the conference. Audiovisual equipment (subject to change) may include: (9) LCD Projector; (3) ft. cradle screen; (2) podium; (1) lectern microphone; (1) wireless mouse - 3 days; (6) wireless lavalieres; (17) wireless handheld microphones; (2) 42' plasma; (1) Sony D-35 or equivalent; (2) DVD Record Decks (Imag to DVD no PowerPoint); (1) Scan converter; (1) VGA DA; (1) VGA Switcher; (1) Video Switcher; (1) 20 in. flat screen; (1) portable speaker package; (2) DVD Player; (1) CD Player; (1) 16 channel mixer; (12) Internet Connections - First Day; (12) Internet Connections - 2-4th day; (1) telephone; (6) 2-way radios; (1) speaker phone; (1) podium microphone; (1) sound system; (1) spotlight podium; (1) mixer; (1) Beta SP Player; and (6) 8x8 Tripod Screen. The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility must be at least 40 miles but no more than 100 miles of the Internal Revenue Service, Washington, D.C. The conference facility and lodging must be housed in the same facility. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meeting the following mandatory requirements: (1) Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. Seq (Public Law 101-391) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.dhs.gov/applications/hotel/ (2) the facility must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se (ADA). (3) The facility must have one of the following quality ratings: First class or higher per OAG Business Travel Planner; or Three diamonds or higher per AAA. (4) Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov.). The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation; will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Ability to accommodate conference and lodging during the required time frame; 2) Past performance - Offeror must provide three (3) references of same/similar conference size that the Government may contact; and 3) price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 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; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration. FAR 52.232-18, Availability of funds (Apr 1984). Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 15 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes must include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1365 or email Sharlene A. Hagans@irs.gov.
 
Place of Performance
Address: Washington, DC Metropolitan area
 
Record
SN01428055-W 20071005/071003223906 (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.