Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

X -- Hotel Conference Spce & Accommodations

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Pennsylvania, 16018-0618
 
ZIP Code
16018-0618
 
Solicitation Number
opm01108r0009
 
Response Due
9/12/2008
 
Archive Date
9/27/2008
 
Point of Contact
Leslie L. Halberg, Phone: (724) 794-5612 x5754, James C. Thieme,, Phone: (724) 794-5612 x5112
 
E-Mail Address
leslie.halberg@opm.gov, jcthieme@opm.gov
 
Small Business Set-Aside
N/A
 
Description
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; Proposals are being requested and a written solicitation will not be issued. The Solicitation number is: OPM01108R0009 and is issued as a Request for Proposals (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-26 dated June 12, 2008. OFFERS WILL BE ACCEPTED UP TO: 17:00 EST 12 September 2008. The applicable 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) Federal Investigative Service Division (FISD) is soliciting quotations for: Event Venue, Accommodations, and Services. The contractor shall provide all labor, incidental materials, and 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 offer); 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 6) for Fairfax County, VA, and 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 Offers in response to this RFP shall be accepted up to: 17:00 EST 12 September 2008. Along with offers, in the format detailed below, all offerors shall be required to submit Offeror Representations and Certifications, Commercial Items, Please email the Contracting Officer and Posting Specialist for 1: a fillable spreadsheet for deliverables; and 2: Offeror Representations and Certifications. Only written requests for additional information will be accepted. Notification of any changes shall be made only on the internet. Offers 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 [offers must be received by the RFP deadline to be considered]. 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. The OPM-FISD has locations throughout the nation and is seeking an event venue in the local Arlington, VA/Washington DC area for the agency’s nation-wide invited customers. SPECIFICATIONS: The contractor shall provide venue, accommodations, and services for the U.S. OPM-FISD Security Professionals Seminar Event as per the following outlined event plans: (1)Venue located within three to four (3-4) blocks of the Washington, DC Metro System. (2)Blocked rooms for attendee booking for approximately 100 overnight guests for three (3) days consisting of; one (1) travel day AND two (2) event days. (3)Main meeting room to accommodate up to 400 attendees. (4)Breakout meeting rooms capable of accommodating 75 to 100 people. (5)Meal services to include: buffet breakfast, buffet lunch, morning and afternoon break services. Scheduling Preferences: (6)May 2009. (7)Either Tuesday/Wednesday OR Wednesday/Thursday. OFFER EVALUATION It is the Intent of the U.S. OPM-FISD to award a best value contract therefore; any additional supplemental information, alternatives, or unique offers will be welcomed. If such information is included in proposals please summarize and explain the unique value added to enable appropriate technical and cost evaluation. Technical Evaluation: Vendors will be evaluated in terms of the quality and relevance of information presented to demonstrate working knowledge of requirement. Cost Evaluation: OPM-FISD will evaluate offers, to determine price reasonableness, and ability to identify and meet the objectives of this RFP. Price while less important than the previously listed factors will become more critical as technical scores approach equality.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=beea5ea9d2b9a4afd7886345074fcdd0&tab=core&_cview=1)
 
Place of Performance
Address: Greater area:, Arlington, VA & Washington, DC, Arlington, Virginia, United States
 
Record
SN01647456-W 20080823/080821222658-beea5ea9d2b9a4afd7886345074fcdd0 (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.