Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
MODIFICATION

99 -- Security Professional Seminar Event Venue, Services, and Accomodations

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Federal Investigative Services, Acquisition Support Team, Boyers, 1137 Branchton Rd., Boyers, PA, 16018-0618, UNITED STATES
 
ZIP Code
16018-0618
 
Solicitation Number
SOL0701039LLH
 
Response Due
1/2/2008
 
Archive Date
1/17/2008
 
Point of Contact
Leslie Halberg, Purchasing Agent, Phone (724) 794-5612 x5754, Fax (724) 794-1152
 
E-Mail Address
leslie.halberg@opm.gov
 
Description
The following Combined Synopsis/Solicitation is hereby amended to incorporate the following question and answer: 1) Question: Is this event intended for government personnel only, or will industry participate? 1) OPM Answer: This event is for the security offices of the agencies serviced by OPM-FISD therefore Federal staff and Contractor staff will be in attendance. Any questions and/or concerns from parties interested in preparing and submitting a response (by 2 November 2007) to this solicitation are preferred in writing to: Leslie Halberg, via fax: 724.794.1152 or via email: Leslie.Halberg@opm.gov *************************************************************************************************** DESCRIPTION This is a combined synopsis/solicitation for commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and in the format in Subpart 12.60, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The Solicitation number is: SOL0701039LLH and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-20 dated 6 September 2007. The North American Industrial Classification System (NAICS) code is: 721110. This procurement is unrestricted, allowing both large and small business to submit quotations. The Office of Personnel Management (OPM) is soliciting quotations to obtain the services of: Security Professional Seminar Event Venue, Accommodations, and Services. The contractor shall provide all labor, incidental materials, and removal/disposal of waste, in addition to other services necessary to render services under this contract, see Specifications detailed below. The following are inserted by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (to be submitted with quotation); 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items ?An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.?; FAR 52,212-4. FAR Clauses 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following clauses applicable: FAR 52.222-3 Convict Labor; 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; 52.225-1 Buy American Act-Supplies; 52.232-36 Payment by Third Party. FAR 37.107 1965; The Service Contract Act of 1965 (41 U.S.C. 351-357) provides for minimum wages and fringe benefits as well as other conditions of work under certain types of service contracts. The latest wage determination (number 2005-2103, revision 4) for Washington, DC, shall be included by reference only in this combined action, but will be incorporated in full text to the successful offeror. The full text of FAR references may be accessed electronically at website http://www.acqnet.gov Quotations in response to this RFQ shall be accepted up to: 12 October 2007. Along with quotations, in the format detailed below, all offerors shall be required to submit Offeror Representations and Certifications, Commercial Items, and at least three references; the provided information regarding references shall include vendor name, vendor address, contact individual, phone number for contact, type of service, and length of service. Please email the Contracting Officer for 1: Offeror Representations and Certifications; and 2: Past performance reference request form. Only written requests for additional information will be accepted. Notification of any changes shall be made only on the internet. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to Leslie.Halberg@opm.gov. Vendors not registered in the Central Contractor Registration (CCR) database at the time the requirement is to be awarded will not be considered. Vendors may register with CCR by calling 1-888-227-2423 or (269) 961-5757, or by accessing www.ccr.gov. BACKGROUND: The Federal Investigative Services Division (FISD) is a part of the United States Office of Personnel Management (OPM). FISD provides background investigation services for other agencies of the Federal Government. This Division has locations throughout the nation and is seeking to host an event in the local Washington DC area for the agency?s nation-wide customers. SPECIFICATIONS: The contractor shall provide venue, accommodations, and services for the U.S. OPM-FISD Security Professionals Seminar Event including the following Deliverables/Service Requirements: (1) Available accommodations for up to 30 attendees for 2 overnight stays. (2) Plenary session room to accommodate up to 400 attendees in auditorium format, including projection equipment and a wireless microphone for up to 2 simultaneous speakers. (3) Quantity of 9 break-out rooms available each with the ability to accommodate 30 to 50 attendees per session and a white board and minimum of 2 flip tablets with markers [including a few of the 9 rooms with video and internet capability/acessibilty]. (4) Continental breakfast service both days. (5) Buffet lunch both days [no speakers or networking session required for lunch]. (6) Option for late guest check-out. (7) Hotel must be readily accessible to the DC Metro system. (8) Preferred event dates are: 14-15 November 2007, however all comparable dates will be considered as proposed. (9) Evaluation of responses to include a site visit by government personnel at a date and time to be determined. (10) Contractor will provide a main point of contact for the government CO and designated COR at the service location. (11) Compliance with all applicable Federal, State, and Local regulations and licenses. The Contracting Officer shall be the only Government Official able to modify the terms and conditions for this requirement. QUOTATIONS: Offerors are invited o submit firm, fixed price quotation responses for deliverables. Offerors must submit at least three references with their quotations. The information regarding the references is detailed above. All vendors must be readily accessible by the DC Metro system. The preferred event dates are: 14-15 November with comparable dates considered as proposed. QUOTATION EVALUATION/ CONTRACT AWARD Cost Evaluation: OPM-FISD will evaluate quotations, to determine price reasonableness, and past performance to meet objectives in the scope of this RFQ. An order will be awarded to the vendor whose responsive quotation offers the best value to the OPM. Technical Evaluation: To be conducted via a site visit by government personnel at a date and time to be determined. Quotations must be received by the Office of Personnel Management no later than 12 October 2007 14:00 EST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/OPM/FISD-A/PA-B/SOL0701039LLH/listing.html)
 
Place of Performance
Address: Greater DC locality
Zip Code: 20210
Country: UNITED STATES
 
Record
SN01474762-F 20071222/071220233425 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.