Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

X -- Hotel Accommodations, Conference Space, and Hotel Services Denver, Colorado

Notice Date
2/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
W471468Y
 
Point of Contact
Gina M Wheatley,, Phone: (202) 646-4126
 
E-Mail Address
gina.wheatley@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space, and Hotel Services Denver, Colorado. Request for quote W471468Y is in accordance with FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. **This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. FEMA will not consider a quote submitted by an offeror that is not a hotel. This is NOT a solicitation for Event Planning Services. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-28, effective December 12, 2008. The announcement/solicitation is solicited unrestricted and constitutes the only solicitation document that will be issued. The Period of Performance for this requirement is March 16-20, 2009 (approximately 400 sleeping room nights and required meeting space.).Federal Emergency Management Agency, Disaster Operations Division (DOD) is sponsoring its Operational Planners Conference. The hotel must accommodate approximately 400 sleeping room nights (based on timeframe), must provide all requirements specified for conference needs in Parts A, B, C, D and E below, and must provide lodging rates within the stated Government per diem rate or lower for the area. A response to requirements listed below shall be submitted on letterhead and must address all requirements listed in quote. A completed hotel contract with non-commissionable meeting rates shall be submitted with your quote, 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. To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Registration website (www.ccr.gov) and be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at (www.usfa.fema.gov/hotel/search.cfm). FEMA Contracting Officers may contract only with listed hotels or motels on the above lists to conduct meetings, conventions, conference, or training seminars. Offers proposed facilities that are not listed will be rejected as technically unacceptable. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.). The hotel facility is to be located in Denver, CO and must accommodate attendees with the following needs: Part A: Hotel Lodging 03/16/09 100 sleeping rooms, 03/17/09 100 sleeping rooms, 03/18/09 100 sleeping rooms, and 03/19/09 100 sleeping rooms. Rooms must be individual/private sleeping rooms with toilet facilities at or below the current government per diem rate Denver, CO ($149). Payments for Part A shall be the sole responsibility of each participant, to include no-show fees. Part B: Meeting Space (1) (a) Meeting Space: General Session large spacious room with unobstructed view (no pillars) to accommodate 100 people set classroom style, panel table on riser with seating for four (4) to include standing lectern/mic, reserved faculty table in rear of room with seating for three 3). General Session room is to be set/available at 3pm on March 16, 2009 and to remain same (24-hour hold), thru conclusion of conference, approximately 5:00pm on March 20, 2009. Lockable office/storage for small meetings and storage of conference materials conference style seating for four (4), to include water service and waste receptacle. Lockable office is to be set/available at 1pm on March 16, 2009 and to remain same (24-hour hold) thru conclusion of conference, approximately 6:30pm on March 20, 2009. Registration area registration area is to be set up outside of general session room, U-shape with seating for four (4), to include WiFi internet access, water service and two (2) waste receptacles. Registration area is to be set/available at 1pm on March 16, 2009 and to remain same (24-hour hold) thru 6:00pm on March 20, 2009. Part C: Anticipate light refreshments March 16-20, 2009. Please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part E: Audio/Visual Equipment Rental to include; 5 channel mixer, 2-way powered speaker, data display package, and wireless microphone. Part D: Location Requirements: 1. Facilities that are located in a central area within the city of Denver, CO will receive the highest consideration as these are the most desirable location/area for this event. 2. Variety of restaurants within walking distance (not to exceed 3 normal blocks) in safe area. 3. Walking distance in safe area or complimentary shuttle to nearby eating facilities. Quotes must indicate whether hotel agrees to the right of FEMA to use their own audiovisual equipment and if there is a cost incurred for connection to hotel sound system with use of own equipment. NOTE: Government reserves the right to hire an outside audio visual company without any penalties incurred as part of the fair practice procurement regulations. All quotes submitted in response to W471468Y shall remain valid for thirty (30) days to accommodate possible legal reviews. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Quotes will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. FEMA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated separately from the technical information provided in the quote and will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical quote, hotel contract and descriptive literature. However, FEMA will not consider or accept a quote submitted by an offeror that is not a hotel. (This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) The following provisions and clauses shall apply to this solicitation: 52-252.2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://arnet.gov/far (FAR); 52-212-1 Instructions to Offerors Commercial Items; 52.212.-2 Evaluation Commercial Items (factors listed in descending order of importance: Size and quality of services and accommodations; 2. Location (downtown location, distance from airport); 3. Experience with large conferences and; 4. Price (cost of accommodations, services, cancellation fee, attrition and refreshments). Size and quality of services and accommodations, location and experience with large conferences, when combined, are more important than price. 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of FAR 52.212-3 Offeror Representations and Certification along with his/her quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c)(2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25), (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds;. Quotes shall include all information required in FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52.212-3. Submit all price/technical quotes, descriptive literature,, and a completed hotel contract to: Gina M. Wheatley Contracting Officer Federal Emergency Management Agency 500 C Street, S.W., Patriot Plaza 5 th Floor W70 Washington, DC 20472 Phone (202) 646-4126 FAX (202) 646-3318 Email: Gina.Wheatley@dhs.gov Faxed and Emailed Quotes will be accepted. Closing date for receipt of quotes is Friday, February 16, 2009 at 4pm EST. Contracting Office Address: Federal Emergency Management Agency; 500 C Street, S.W., Patriot Plaza 5 th Floor W70;Washington, DC 20472 Point of Contact(s): Gina Wheatley Contracting Officer (202) 646-4126
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0af566ef7944f3368958153568a15609&tab=core&_cview=1)
 
Place of Performance
Address: Vendor's Site, Denver, Colorado, United States
 
Record
SN01746452-W 20090211/090209215207-0af566ef7944f3368958153568a15609 (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.