Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

X -- Conference

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS02-09-Q-CAN356
 
Archive Date
5/23/2009
 
Point of Contact
Audrey A Taylor, Phone: 571-227-1582
 
E-Mail Address
audrey.taylor@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
The Transportation Security Administrations, National Explosive Detection Canine Team Program plan to host a three day conference in Orlando, Florida, which will include participation of the following: oNEDCTP Management Team oCanine Proprietary Teams oOffice of Security Officers (OSO) oFederal Air Marshals (FAMS) oLegacy Partners oAirport Authority oMass Transit oMaritime oPolice Chiefs State Local TSA is the lead in coordinating this meeting and other federal and non-federal government agencies will attend as participants. Approximately 200 total attendees are expected to attend the meeting. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This shall be a Firm Fixed Price type contract for Hotel Accommodations, Conference Space, and Hotel Services, under NAICS 721110, in Orlando, Florida. Request for Quote HSTS02-09-Q-CAN356 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. TSA will not consider a quote submitted by an offeror that is not a hotel. TSA will not accept telephone calls or emails from third parties inquiring on behalf of hotels. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-30, effective February 17, 2009. The Period of Performance for this requirement is July 27th through 31st, 2009. The hotel must accommodate up to approximately 200 sleeping room nights and required meeting space. (based on timeframe), must provide all requirements specified for conference needs in Tasks I & II of the “Scope of Work” section below, and must provide lodging rates within the stated Government per diem rate or lower for the area. Federal Government per diem rates may be found at www.gsa.gov. 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). 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.). Scope of Work The contractor shall provide: Part A: TASKS TO BE COMPLETED This NEDCTP Program Review Conference requires a hotel to be obtained that will facilitate both lodging accommodations and meeting space in the Orlando area. The space will need to accommodate up to 200 people and up to 200 rooms are needed for lodging. Hotel must meet federal government rates and standards and or fall below the GSA rate. Task I - Pre-Conference Services 1.The venue must be able to accompany up to 200 sleeping rooms at or below the General Services Administration (GSA) per diem allowance for lodging, currently $109.00 per night. 2.The hotel agreement must include up to 200 sleeping rooms for four nights (July 27,28,29, and 30), a meeting room for a 200-person reception (July 27th ), a conference room for three days (July 28th,29th,and 30th ) capable of accommodating 200 persons, audio visual equipment, technician(s) available for assistance with audio-visual equipment to include lighting, tables for registration outside of conference room, staff to create name tags and manage the registration table, a small adjacent room (three days) for staging, storage, small impromptu meetings, and provisions for attendee parking. 3.TSA will interact with the hotel management for the provision of meeting facilities, sleeping rooms and all other issues related to the conference and hotel agreement. 4.Hotel is to provide a list of registered guests for sleeping rooms 2 weeks prior to conference start date. Task II - Conference Services Monday, Monday, July 27, 2009 5.Manage a 200-person reception. a.6:00p.m. – 9:00 p.m. b.Informal, reception-like room set-up. Tuesday July 28 –30, 2009 6.Work with TSA to provide secured areas of conference and check-in path/entrance. a.Setup logistics for entry points. b.Setup configurations of registration table. i.Provide staff to create name tags based on registration list ii.Provide staff to set up table and manage morning sign-in (7:00am-7:45 am) and afternoon sign-out (6:00pm-6:30pm) during conference. iii.Outlets available at table for computer iv.Phone available at sign-in table. 7.Coordinate meeting rooms. 8.Provide on-site support to: a.Troubleshoot any and all issues that may arise. b.Oversee all audio visual and meeting needs such as space, tables, hardware, etc. Part B: CLIN Structure CategoryDaily RateDaysCostsTotal Meeting $4$$ Rooms Audio/Visual$3$$ Total$$$ Part C: Hotel Location and Amenity: Facilities that are located in a central area within the city of Orlando, FL will receive the highest consideration as these are the most desirable location/area for this event. The hotel facility is to be located in Orlando, FL and must accommodate attendees with the following needs; 1)Location i)Variety of restaurants and attractions within walking distance (not to exceed 3 normal blocks) in safe area. ii)Walking distance in safe area or complimentary shuttle to nearby eating facilities. 2)Amenities i)Onsite parking available ii)Local area shuttle service available iii)Airport shuttle available iv)Access to Business Center (Copier, laser printer, and computer and internet access) v)Onsite restaurants Evaluation Commercial Items All responsible sources with the exception of those under construction or remolding (as they pose a disruptions to the meeting) 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, TSA 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.) Evaluation Criteria To be considered responsive offerors must address all of the parts and subparts contained within the scope of work outlined above in their quotes. Proposals may be excluded from evaluation if any or the entire quote is not submitted in accordance with the instructions and specifications of the solicitation. Factors Technical Capability 1)Size and quality of services and accommodations; i)Adequate for group size ii)Availability of breakout rooms iii)Handicapped accessible iv)Construction/remodeling 2)Location (downtown location, distance from airport); 3)Meeting Support i)Signage permitted ii)Photography permitted iii)Audio/Visual support capability iv)Package delivery service 4)Amenities 5)Transportation Past Performance Past performance will be evaluated as a measure of the Government’s confidence in the Offeror’s ability to successfully accomondate the conference. Offerors shall provide a list of not more than three (3) projects/contracts/orders where the offeror has successfully contracted for similar requirements in the past two (2) years. These projects/contracts/orders can include those performed for the federal, state, and local governments, commercial industry and those performed for private organizations. For each project/ contract/order that meets this description, the offeror shall provide the following information: 1. Customer Name (agency, bureau, private organization, etc.) 2. Customers Address 3. Project/Contract/ Order number 4. Period of performance of Project/Contract/Order, 5. Point of Contact for Project/Contract/Order, 6. Point of Contact’s address, Telephone Number, and email address 7. Quantities of the products delivered It is the offeror’s responsibility to ensure that all past performance information is accurate, current, and complete. The information provided by the Offeror may not serve as the sole basis of evaluation of past performance. The Government reserves the right to obtain and utilize information from sources other than those identified by the Offeror. TSA reserves the right to conduct an on-site inspection of offered facilities. TSA reserves the right to consider any proposals received based on the value it presents to the government. Price Price will be evaluated separately from the technical information provided in the quote and in accordance with the CLIN structure. The factors importances are listed in descending order (from the most important to least important): 1. Technical Capability 2. Experience and Past Performance 3. Price Information All quotes submitted in response to HSTS02-09-Q-CAN356 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). Provisions and Clauses 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 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. Quotes shall include all information required in FAR 52.212-1 and a completed copy of provision 52.212-3. Quote Instructions Emailed quotes must be submitted to Audrey Taylor at Audrey.Taylor@dhs.gov no later than May 8, 2009 by 2:00 PM EST. PLEASE NOTE your subject line must read “Conference HSTS02-09-Q-CAN356”. All questions must be submitted no later than May 1, 2009 by 2:00 PM EST. Questions and Answers will be posted on FEDBIZOPS for everyone to view.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=30a33b3aefebffd997c15e6c7606f55a&tab=core&_cview=1)
 
Place of Performance
Address: The place of performance shall be located at the hotel., Orlando, Florida, United States
 
Record
SN01797397-W 20090422/090420222126-30a33b3aefebffd997c15e6c7606f55a (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.