Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
MODIFICATION

X -- Meeting Space for Phoinix, AZ; New Orleans, LA; or San Antonio, TX

Notice Date
1/11/2008
 
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
OPM011-08-Q-B10154BAH
 
Response Due
1/25/2008
 
Archive Date
2/9/2008
 
Point of Contact
Bradley Holtzapple, Contracting Officer, Phone 724-794-5612 x289, Fax null
 
E-Mail Address
baholtza@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, and 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 will not be issued. The Solicitation number is: OPM011-08-Q-B10154BAH 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) 05-23 dated December 26, 2007. The North American Industrial Classification System (NAICS) code is 721110, and the small business size standard is $6 million. This procurement is unrestricted, allowing both large and small business to submit quotations. The Office of Personnel Management (OPM) is soliciting to obtain meeting space, lodging, audio visual equipment rental, meal service, mid-morning and mid-afternoon break services. The contractor shall provide all labor, incidental materials, and other services necessary to render services under the resulting contract, see Statement of Work (SOW) detailed below. The period of performance is March 11, 2008 through March 14, 2008. 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 your area may be accessed electronically at website http://www.wdol.gov/wdol/scafiles/. The most recent wage determination shall 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 Offerors are invited to submit their quotations to OPM-Federal Investigative Services Division in response to this notice by 3:00 PM, January 25, 2008. 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 Bradley.Holtzapple@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. FISD encompasses a headquarters entity, two investigative processing entities and four regional entities aligned with field offices under the various regions. FISD leadership, on pre-determined intervals, holds conferences to discuss business related matters and/or conduct staff-wide training to FISD personnel. The purpose of this procurement is to obtain a meeting and lodging facility (third party meeting planner will not be considered for this requirement) to house a 4-day business/training agenda sponsored by the FISD leadership. STATEMENT OF WORK 1. Location Requirements: The contractor must be located in either Phoenix, AZ; New Orleans, LA; or San Antonio, TX: The location considerations are in the order of preference that will be considered 2. Lodging Requirements: The contractor must provide individual sleeping accommodations for a minimum of 115 persons for 4 nights. Participants check-in will be mid-morning on March 10, 2008, and check-out afternoon on March 14, 2008. All 115 rooms must be individual/private-sleeping rooms with private toilet facilities at government per diem rate for the respective locations. These rates may be viewed at: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 and are inclusive of tips, service charges and taxes. All rooms must be of equal quality. Must have handicap accessible rooms available, if necessary. Guest rooms will be billed individually to conference attendees. 3. Meal Requirements: The contractor?s facility must be within walking distance of dining establishments that offer a wide variety for breakfast, lunch, and dinner cuisine for the duration of the program. 4. Break Service Requirements: The contractor will provide mid-morning and mid-afternoon break service daily to include; coffee, tea, sodas, juice, bottled water, and a light snack for all conference participants and attendees. 5. Meeting Space Requirements: The contractor will provide one large general session meeting space to accommodate a minimum of 125 people. The room must allow 24 hour access. The contractor will provide 4-6 meeting rooms to accommodate up to 30 people each. The room must allow space for round tables and chairs and be handicap accessible. The large meeting room must be available from 7:00 AM to 5:00 PM on March 11, 2008, and from 7:00 AM to 10:00 PM on March 14, 2008. The contractor will also provide a registration table outside of the main meeting room on March 11 and March 12, 2008 from 7:00 AM to 5:00 PM. for participant registration. Meeting rooms should include Audio-Visual and computer receptacles; phone lines for Internet access & electrical outlets. 6. Audio Visual and Information Technology Requirements: The contractor must be able to provide audiovisual and information technology presentation to support in the meeting room. FISD may elect to utilize alternate Audio-Visual support services and equipment. On call technical assistance is required during all program sessions. Meeting rooms should include AV and computer receptacles; phone lines for Internet access, and electrical outlets. Please provide daily rental rates for the following items. Data/video projector, VHS video player, DVD player, PA system with wireless microphone(s) (PA must also provide sound reinforcement for DVD, VHS, and laptop PC), Flip charts and markers, Technical support personnel. QUOTATIONS Offerors are invited to submit firm, fixed price quotation responses for deliverables; meeting space, lodging, audio visual equipment rental, meal service, mid-morning and mid-afternoon break services. The contractor shall provide fixed-prices for each deliverable as well as a total cost for the entire requirement. Quotations must be received by the Office of Personnel Management no later than 1500 (3:PM)EST January 25, 2008. QUOTATION EVALUATION/ CONTRACT AWARD Price Evaluation: OPM-FISD will evaluate quotations, to determine price reasonableness, and the ability 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. Quotations submitted under this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations. Please provide quotations separately from the technical proposal. Descriptive literature regarding your facility shall be submitted with your quotation including sleeping rooms, eating/restaurant spaces, menus, hotel parking fees, laundry services, meeting room space, diagrams and square footage. The contractor?s facility must have one of the following quality ratings: First class or higher per the Official Hotel Guide; Three crowns or higher per the OAG Business Travel Planner; or Three diamonds or higher per AAA. The Contractor?s facility must be Federal Emergency Management Agency 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 Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). Technical proposals will be evaluated for size, quality of services and accommodations, confirmation of its overall quality rating; location, and documentation of experience with large conferences. FISD reserves the right to conduct an on-site inspection of offered facilities. The contractor shall provide information (availability/cost) on other amenities of hotel i.e., guest parking policy, workout facilities and menus. The technical proposal should include details describing contractor?s ability to provide the service requirements listed above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JAN-2008); 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/OPM011-08-Q-B10154BAH/listing.html)
 
Place of Performance
Address: Phoenix, AZ; New Orleans, LA; or San Antonio, TX
Zip Code: 16018
Country: UNITED STATES
 
Record
SN01484429-F 20080113/080111232717 (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.