Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOLICITATION NOTICE

X -- Senior Business Meeting - Cincinnati, OH

Notice Date
11/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-09-Q-CMM03
 
Response Due
11/28/2008 5:00:00 PM
 
Archive Date
12/13/2008
 
Point of Contact
Sharlene A Hagans,, Phone: 202-283-1471
 
E-Mail Address
sharlene.a.hagans@irs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation of commercial items prepared in accordance with the format in FAR Subpart 12.6, 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-09-Q-CMM03 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-27. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $7 million. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. The Internal Revenue Service (IRS) will not consider proposal submitted by an offeror that is not a hotel. The Internal Revenue Service will host a Senior Manager Business Meeting in the Cincinnati, OH area. The meeting will be for 1 ½ days (beginning the afternoon of Day 1 and ending the afternoon of Day 2). The meeting will be January 14-15, 2009. Proposals shall be submitted on letterhead and must address all requirements listed, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel i.e., parking, shuttle services, transportation to/from airport, and menus. The award will be made to one offeror who fully meets the requirements for providing 245 sleeping rooms (reserved and guaranteed at prevailing government rate; individually paid by IRS employees/guests) and conference facilities to include general meeting room, breakout rooms, office space, audiovisual equipment and light refreshments as specified below. Lodging requirement: 30 sleeping rooms on January 13, 2009; 185 sleeping rooms on January 14, 2009 and 30 sleeping rooms on January 15, 2009. Hotel shall provide a quotation for the following contract line item numbers (CLIN): CLIN 0001: One (1) general meeting room to accommodate up to 230 participants (crescent rounds of 8 and raised platform/stage); CLIN 0002: Office space to accommodate up to 10 people; CLIN 0003: Dinner for up to 230 people for one day; CLIN 0004: Refreshment breaks (inclusive of service charge) for one (1) afternoon break for up to 230 people (Day 1); one (1) morning and one (1) afternoon break for up to 230 people (Day 2); Mid-morning refreshments break includes but not limited to: coffee, tea, juices, assorted muffins, and bagels. Mid-afternoon refreshment break includes but not limited to: coffee, tea, assorted sodas, cookies, brownies, pretzels, and popcorn; CLIN 0005: State-of-the-art audiovisual equipment (inclusive of service charge) to include: (1) Computer Data Display Package with Color LCD Projector VGA; Projector Cart/Stand; Tripod Screen; All cabling, extension cords; (1) Gooseneck Microphone; (4) Lavaliere Microphones; (1) Wireless Microphone; (1) Power Mixer; and (3) Flipchart Package w/Paper & Markers. The meeting rooms must be available for use twenty-four (24) hours per day. The hotel must be located within walking distance of a variety of restaurants and shops (not to exceed 4 city blocks) as meeting participants will generally not have rental cars. The conference facility and lodging must be housed in the same facility. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meet 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 must hold a FEMA Certification Number (See FEMA http://www.usfa.fema/gov/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; and (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 52.212-2, 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. 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 10 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; and 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3bf24ad98ff96c7c2a407b03f53e2205&tab=core&_cview=1)
 
Place of Performance
Address: Cincinnati, OH area, United States
 
Record
SN01706585-W 20081120/081118221110-3bf24ad98ff96c7c2a407b03f53e2205 (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.