Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

X -- All hands meetings - FISD

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM011-09-Q-0005BAH
 
Archive Date
12/10/2008
 
Point of Contact
Bradley A Holtzapple,, Phone: 724-794-5612 x289, James C. Thieme,, Phone: (724) 794-5612 x5112
 
E-Mail Address
baholtza@opm.gov, jcthieme@opm.gov
 
Small Business Set-Aside
N/A
 
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: OPM011-09-Q-B10024BAH 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) 05-27 dated October 17, 2008. 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 contractors (potentially up to six separate contractors) shall provide all labor, incidental materials, and other services necessary to render services under the resulting contracts, see Statement of Work (SOW) detailed below. The period of performance is between March 15 2009, and June 30, 2009. There will be six (6), one week meetings; each meeting will be at a different location that OPM will select out of the possible sites listed in the Statement of Work. 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. 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 Eastern Standard Time (EST), November 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 United States Office of Personnel Management – Federal Investigation Services Division (OPM-FISD) provides background investigation services to agencies within the Federal Government. FISD includes a headquarters facility, two investigative processing centers, four regional entities, and multiple field offices. At pre-determined intervals, FISD management holds conferences to discuss business related matters and/or delivers staff-wide training to FISD personnel. The purpose of this procurement action is to obtain a meeting and lodging facility to house six (6) separate one week business/training events at six (6) separate locations from the possible site considerations listed in the Statement of Work. (Contractors operating as third party meeting/event planners will not be considered). STATEMENT OF WORK 1. Location Requirements: The contractor/s must be located within a 25 mile radius of the local metropolitan areas: Baltimore, MD; Chicago, IL; Minneapolis, MN; Columbus, OH; Charleston, SC; Orlando, FL; San Antonio TX; Nashville, TN; Seattle, WA; Phoenix, AZ; Scottsdale, AZ; Salt Lake City, UT; or Orange County, CA. 2. Lodging Requirements: Each contractor’s facility must provide individual sleeping accommodations for up to 425 attendees per week in localities and time periods specified by OPM-FISD between the dates of March 15 2009, and June 30, 2009. Up to 425 attendees per conference will arrive on Sunday of the conference week and stay for 4-nights. All rooms must be individual/private sleeping rooms with private toilet facilities at government per diem rate for respective area. 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 and handicap accessible, if necessary. Guest rooms will be billed individually to conference attendees. 3. Meal Requirements: The contactor’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: for each conference, the contractor/s 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 attendees. 5. Meeting Space Requirements: The contractor will provide one large general session meeting space to accommodate up to 425 people. The room must allow 24 hour access. The contractor will provide a range of meeting rooms between 8 and 12, with a range of participants between 35 and 45 per room for the duration of the conference. The rooms must allow space for round tables and chairs and be handicap accessible. Additionally, there is a need for a small secured work area to house conference materials and facilitate unforeseen data preparation during the conference. The large meeting room must be available from 7 am to 5 pm on Monday of the official conferences; 7 am to 12 pm, on the ending day of the conferences. The contractor will also provide a registration table/area outside of the main meeting room from 7 am to 5 pm on Monday of the conferences, for participant registration. Meeting rooms should include AV and computer receptacles; phone lines for Internet access, and electrical outlets. 6. Facility for reception/networking session requirement: There will be a need one reception/networking session per conference within the facility, for each time periods specified above for up to 425 people per session. Please provide menu/hors d’oeuvres selections as part of your information 7. 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 3:00 PM Eastern Standard Time (EST), November 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. Additionally, the Government may request a site visit to ensure
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4517b867fcf275b67c018c6ae19b9bc3&tab=core&_cview=1)
 
Place of Performance
Address: various, thoughout CONUS, various, United States
 
Record
SN01701029-W 20081107/081105215041-4517b867fcf275b67c018c6ae19b9bc3 (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.