Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2009 FBO #2690
SOLICITATION NOTICE

V -- MANAGER'S LEADERSHIP TRAINING AND CONFERENCE AND OFFICE OF AUDIT CPE CONFERENCE

Notice Date
4/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Labor, Office of the Inspector General, Frances Perkins Building, 200 Constitution Avenue, NW, Room S5020, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL09GRQ20013
 
Archive Date
12/31/2009
 
Point of Contact
Paula Miller-Sheelor,, Phone: 2026937050, Carol R. Jenkins,, Phone: 2026935141
 
E-Mail Address
miller-sheelor.paula@OIG.dol.gov, jenkins.carol@oig.dol.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Part 12, 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 will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-31 effective on March 19, 2009.This solicitation is considered an unrestricted procurement. The Period of Performance for this requirement is: July 19, 2009 through August 1, 2009 located in the San Diego, California. The U.S. Department of Labor (DOL), Office of Inspector General (OIG) has a requirement for a contractor to provide Conference Room, Rental of Audio Visual Equipment, Food and Beverages for a fourteen (14) days Manager’s Leadership Training and Conference and Office of Audit CPE Conference. Lodging is needed. However, lodging is not considered a requirement of this SOW and will be a separate charge to be paid directly by participants and presenters (approximately 45 sleeping rooms July 19 – 20, 2009; 102 sleeping rooms July 21 – 23, 2009; 40 sleeping rooms July 24 – 25, 2009; 200 sleeping rooms July 26 – August 1, 2009 and the required meeting space must be housed in the same facility). The contractor shall provide information regarding the lodging rates with their quotation for those who wish to reserve sleeping rooms. Sleeping rooms shall be located within the same building, hotel complex or conference facility as the training/meeting rooms. The lodging rates must be within the Government Per Diem rate or lower for selected area. 1.Contractor must be located in a central business district within walking distance to a variety of restaurants, shops, and entertainment. Airport properties will not be considered. 2.Contractor must be within one half mile of mass transit system. 3.Contractor must have available transportation to and from the local airport. 4.Contractor must be able to provide audiovisual equipment (i.e. microphones, screens, overhead projectors and other standard conference equipment). The group will provide some audiovisual equipment. 5.Contractor must have in-house business center that can provide general office support including photocopying, faxing, and computer center. 6.Contractor must have available one meeting room close to general meeting room for an office with internet connection and one meeting room for storage from Sunday, July 19, 2009 thru Saturday, August 1, 2009. 7.Contractor must have capability to provide on-site catering. 8.Contractor will allow site visit to evaluate the accommodations, size of conference rooms, location and amenities. The DOL, OIG contemplates the award of a Firm-Fixed-Price Contract. The quotation package shall include the following line items in a written quotation: CLIN 0001, Conference Space, Quantity 14 days (See List of Meeting Space Requirements below), Unit Price $____, Total for CLIN 0001 $_____; CLIN 0002, Rental of Audio Visual Equipment, Quantity 10 days (See List of Audio-Visual Requirement below), Unit Price $_____ Total for CLIN 0002 $_____; CLIN 0003, Food and Beverage Quantity 10 days (See List of Food and Beverage Requirement below), Unit Price $______, Total for CLIN 0003 $_____; CLIN 0004, Lodging $__________. The Total price for CLINs 0001 through 0003 $___________. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. A response to requirements listed below shall be submitted on hotel letterhead and shall address all requirements listed in a separate technical proposal. Descriptive literature shall be submitted 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, AV equipment, menus. The prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.ccr.gov. General Requirements: The following requirements for the training facility are specified in terms of minimum requirements of the Americans with Disabilities Act (ADA) Requirements. All facilities, including restrooms, meeting space and audio-visual equipment must meet ADA requirements for accessibility. Accommodations for disabled individuals may include, but are not limited to accessible parking spaces, elevators, and sound system, wide aisles and wheelchair ramps. The contractor shall submit a final invoice of all charges within five (5) business days after completion of the seminar. Should DOL, OIG elect to cancel this contract, DOL, OIG will provide a written notification to the contractor no later than sixty (60) calendar days prior to the scheduled event. By receipt of this cancellation notice, the contractor agrees to release DOL, OIG from any cancellation penalties or charges. If there is a cancellation within sixty (60) calendar days of the scheduled event date, Paragraph (l) Termination for the Government’s Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items will govern. CLIN 0001 - Conference Space 7/20-21/097/21/097/22-24/097/27-31/09 Monday-TuesdayTuesday Evening DinnerWednesday-FridayMonday-Friday One meeting room for office space and one meeting room for storage space from Sunday, July 19, 2009 – Saturday, August 1, 2009 General Session U-shaped set-up for 45 people General Session 10-top rounds for 100 people 2 buffet linesGeneral Session 10-top rounds for 100 peopleGeneral Session theater style seating for 200 people Tuesday thru Thursday Only 10 break-out meeting rooms classroom style up to 30 people each Meeting Room Set Up Requirements Week-One July 19-24, 2009 Monday and Tuesday (8 am- 5 pm)OLRFI-General Session –U-shapes, for 40 people with one flip chart, AV cart, table for continental breakfast service. Tuesday (6 pm – 10 pm)Awards Ceremony Dinner– 10-top rounds for 100 people, set-up for 2 buffet lines, and head table with lectern/podium. Wednesday thru Friday (8 am- 5 pm)Manager’s Meeting-General Session – 10-top rounds for 100 people with lectern/podium, two flip charts, table for continental breakfast service. Week-Two July 27-31, 2009 Monday and Friday (8 am- 5 pm)CPE-General Session – theater style seating, for 200 people. (available for set-up by noon Sunday) Tuesday thru Thursday (8 am- 5 pm)CPE-Breakout Sessions – 10 meeting rooms to accommodate up to 30 people classroom style, with lectern/podium, two flip charts. Monday thru Friday (12 pm-1 pm)CPE-Luncheons Room – 10-top rounds for 200 people, set-up for 2 buffet lines, luncheon for one day will require head table with lectern/podium. CLIN 0002 – Rental of Audio Visual Equipment Audio Visual Equipment Requirements Week-One July 20-24, 2009: Monday thru Friday General SessionsAV cart, projection screen, 2-flip charts, lectern/podium and two microphones (1 lavaliere, 1 handheld). Tuesday DinnerHead table with podium and PA system with one fixed mic and one lavaliere mic. Audio Visual Equipment Requirements Week-Two July 27-31, 2009: Monday and FridayFront riser with podium, tables General Sessionsand chairs to accommodate six people, Two projection screens, power cords, PA system with 3 fixed mics on riser and 2 lavaliere mics. Tuesday thru Thursday2 classrooms with wired Internet Breakout Sessionsconnection, power cords at each seat, Projection screen. Eight classrooms with projection screen. Day TBDPA system with 1 fixed mic and Luncheonone lavaliere mic. CLIN 0003 – Food and Beverage Service Food and Beverage Service Week-One July 20-24, 2009: 1)Monday through Friday morning continental breakfast with coffee refresh and mid afternoon snack. 2)One buffet dinner, Tuesday, July 21, 2009. 3)Must be able to accommodate any dietary restrictions. Week-Two July 27-31, 2009: 1) Monday through Friday morning continental breakfast with coffee refresh and mid afternoon snack. 2) Five buffet lunches (Monday – Friday) for 175-200 people. 3) Must be able to accommodate any dietary restrictions. CLIN 0004 – Lodging Lodging is not considered a requirement of this SOW and will be a separate charge to be paid directly by participants and presenters Contractor must provide accommodations (sleeping rooms and conference space) for the entire group at one location at or below the government per diem. Estimated Sleeping Rooms: 7/19-20/097/21-23/097/24-25/097/26-8/1/09 Sunday-Monday NightsTuesday-Thursday NightsFriday-Saturday NightsSunday-Friday Nights Saturday Check Out Approximately 45Approximately 102Approximately 40Approximately 200 All interested parties shall submit with their quotation a detailed breakdown of all costs to include meeting space, rental of audio visual equipment & support, food and beverage service, and any other miscellaneous services and equipment which are necessary for the success of the conference. Submission of Quotation: Your quotation in response to DOL09GRQ20013 is due April 22, 2009, 2:00 p.m. EST. The mailing address is as follows: U.S. Department of Labor, Office of Inspector General, 200 Constitution Avenue, Room S-5506, Washington, D.C. 20210, Attn: Paula Miller-Sheelor, Contracting Officer. A quotation submitted via e-mail addressed to miller-sheelor.paula @oig.dol.gov will be accepted. Questions regarding this request for quotation should be submitted to Paula Miller-Sheelor, via e-mail only @ miller-sheelor.paula @oig.dol.gov. Telephone inquires or responses are not acceptable. The deadline for the submission of questions regarding DOL09GRQ20013 is April 14, 2009 at 2:00 p.m. EST. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before May 15, 2009. Basis for Award The Government intends to award a contract to the responsible quoter(s) whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each quoter’s quotation against the evaluation criteria described below. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the evaluated price. The Government is more concerned with obtaining a superior Technical Capability quotation than making an award at the lowest evaluated price. Factor I - Technical Capability a. Internet Capability - The offer shall provide internet capability in all sleeping rooms and office space. b. Parking - The offer shall have the ability to provide parking accommodation for fifteen vehicles at the facility. Factor II - Past Performance The quoter must provide references for at least three (3) federal government contracts for similar work performed within the past three (3) years. The quoter will be evaluated based on customer satisfaction and timeliness. The contact information for each reference shall include the following: Contract type Contract number Contract/Task value Agency/Company Name Agency/Company point of contact telephone number Duration of task/contract Type of services provided (brief description) Factor III – Price The price quotation will be assessed to determine if proposed prices are fair and reasonable. Price will be the determining factor for award if two or more offers are determined to be technically equal. Notice: The Government reserves the right to make contract award without discussion with quoters (except clarifications as described in FAR 15.306(a)). Therefore, quoters must submit their most favorable terms from a technical standpoint. In addition to the above, the Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The provisions at 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. The contractor shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Item with your quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Item and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.203-6, Restrictions on Subcontractor Sales to the Government - Alternate I, Clause 52.222-3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-50 Combating Trafficking in Persons, Clause 52.225-13 Restrictions on Certain Foreign Purchases, Clause 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration are incorporated by reference. To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8b517a92be22e86d8e0eaaf4eab10770&tab=core&_cview=1)
 
Place of Performance
Address: SAN DIEGO, California, United States
 
Record
SN01786354-W 20090408/090406220009-8b517a92be22e86d8e0eaaf4eab10770 (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.