Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

X -- All Managers Meeting

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, District of Columbia, 20227
 
ZIP Code
20227
 
Solicitation Number
TFMS-HQ-09-Q-0022
 
Archive Date
3/18/2009
 
Point of Contact
Thomas A Conheady, Phone: 202-874-8191, Evelyn J Daval,, Phone: (202)874-3870
 
E-Mail Address
Thomas.Conheady@fms.treas.gov, evelyn.daval@fms.treas.gov
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Conference Space and Hotel Services within the following location parameters: Within a radius of between 50 and 160 miles from 401 14th Street, SW, Washington, DC 20227. Request for proposal TFMS-HQ-09-Q-0022 is in accordance with FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. **This requirement does not include Event Planning Services. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-30, effective January 15, 2009. NAICS Code 721110 applies and the small business size standard is $5.0 million. This solicitation is unrestricted and constitutes the only announcement that will be issued. The Period of Performance for this requirement is April 27 – April 30, 2009. The hotel must be able to accommodate approximately 140 persons per night during the conference. **Attendees will be responsible for reservations and payment for room nights. The Government will not be responsible for unused rooms. A response to requirements listed below shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. To be eligible for award under this solicitation, the offeror must propose for use a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391)(15 U.S.C. 2201 et. Seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. Offers proposing facilities that are not listed will considered non-responsive. In addition, the offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.). In accordance with FAR 52.204-7 Central Contract Registration (Oct 2003), contractors are required to be registered in the Central Contract Registration (CCR) database http://www.ccr.gov prior to award of any contract. The hotel facility is to be located within a radius between 50 and 160 miles from 401 14th Street, SW, Washington, DC 20227 and must accommodate attendees with the following needs: Part A: (a) Meeting Space - General Session Room - room large enough to accommodate 140 persons in rounds of 6. Room is to be set/available by 7:00am through 5:00pm on 04/28/2009 through 04/30/2009. Breakout Rooms: There is no requirement for Breakout Rooms. Part B: Anticipate morning and afternoon breaks each day the conference is in session. Please provide menus and prices. **The Federal Government policy only permits payment for actual number of attendees. There will be no guaranteed minimum for food and beverage revenue. A/V Requirements: 04/28/2009 to 04/30/2009 – Flip Chart Stands (4 ea), 10-ft Cradle Screen (2 ea), LCD Data Projectors (2 ea). Standing Podium with Microphone (on riser/stage) (1 ea), Wireless Handheld Microphones (2 ea), Wireless Lavalier Microphone (1 ea), Table Top Microphones (4 ea), House Patch (1 ea), Channel Microphone Mixer (1 ea) Part C: Location Requirements: 1. Facilities that are located within a radius of between 50 and 160 miles from 401 14th Street, SW, Washington, DC 20227. All proposals submitted in response to TFMS-HQ-09-Q-0022 shall remain valid for thirty (30) days to accommodate possible legal reviews. Award will be made to the lowest priced offeror whose proposal meets the above requirements. 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: 1. Lowest Price Technically Acceptable (LPTA). 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of Offeror Representation and Certification along with their offer or have completed the online version at https://orca.bpn.gov/; 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items the following provisions under the clause apply: (b)(14),(b)(15), (b)(19), (b)(20), (b)(31), (c)(1), (c)(2), and (c)(4). Submit all price, descriptive literature and technical proposals to: Thomas A. Conheady, Contract Specialist, Financial Management Service, Room 457C, 401 14th Street, SW, Washington, DC 20227 Phone (202)-874-8191, FAX: (202)-874-7275, Email: Thomas.Conheady@fms.treas.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Tuesday March 3, 2009 10:00am EDT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3ad2845853ae73cb2976d1a836a8f808&tab=core&_cview=1)
 
Place of Performance
Address: Determined at award, United States
 
Record
SN01756366-W 20090226/090224221949-3ad2845853ae73cb2976d1a836a8f808 (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.