Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

X -- Procurement Leadership Conference

Notice Date
5/20/2009
 
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-PRE07
 
Archive Date
6/13/2009
 
Point of Contact
Sharlene A Hagans, Phone: 202-283-1471
 
E-Mail Address
sharlene.a.hagans@irs.gov
(sharlene.a.hagans@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for 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-PRE07 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 05-32. 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. 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 up to 80 Complete Meeting Packages (CMP), additional breakout rooms, audiovisual equipment, private banquet dinner and private reception for the Internal Revenue Service, Procurement Leadership Conference. The conference will be held October 20 – 23, 2009 in the Richmond, VA area. The Complete Meeting Package must include overnight accommodations, meals, general meeting room and breakout rooms, standard audiovisual equipment and continuous refreshment breaks. Contractors shall submit a quote for the following contract line items (CLIN): CLIN 001: October 20 - 23, 2009 - Complete Meeting Package to include overnight accommodations, meals general meeting room and breakout room, standard audiovisual equipment and continuous snack/refreshment breaks: •80 Sleeping Rooms for 3 nights; •Three Meals a day (Full Breakfast, lunch, and Dinner buffet) beginning with dinner on October 20, 2009 and ending with lunch on October 23, 2009; •General Meeting Room with standard table and chairs to accommodate up to 80 people (crescent rounds of 6) with Observer’s Table in Rear of Room (three chairs); •Breakout Room with standard table and chairs to accommodate up to 10 people each (conference style); •Standard Audiovisual Equipment – Easel with flipchart paper, markers and masking tape; LCD projector; VHS/DVD Player; Overhead Projector and Screen; •Continuous Snack/Beverage Breaks: AM/PM Snack/Beverage Break Service; CLIN 0002: October 20, 2009 - Working Dinner to accommodate up to 80 people from 6:00 pm – 9:00 pm; buffet style. Include the menus with your quote. CLIN 0003: October 22, 2009 - Four (4) additional breakout rooms to accommodate up to 10 people each; Conference Style; CLIN 0004: October 20 – 23, 2009 - Additional audiovisual equipment for the general session room to include: one (1) laptop; one (1) audio mixer; (1) CD player; (2) podium with wireless microphone; (2) wireless lapel microphone (2) LAN External LAN Connection The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility and lodging must be housed in the same facility. The hotel must be located in the Richmond, VA, metropolitan area, and have a minimum three diamond rating or equivalent. Preference will be given to hotels proximate to and within easy walking distance to a mall or other shopping. The site selected should provide transportation to/from airport, Amtrak stations and hotel. All quotations received must include an explanation of shuttle transportation availability, and indicate additional cost, if any. Quotations must also include cost for parking if applicable. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meeting 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. (4) Contractor must be registered and active in Central Contractor Registration (CCR) System (www.ccr.gov.). The Government intends to award a Firm Fixed Price contract 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) Technical Capability – (a)Proposals will be evaluated on the offerors ability to provide all of the contract requirements relating to lodging, meeting space, and food and beverage requirements. Site Visits may be conducted to evaluate the accommodations, conference rooms, location and amenities; (b)Location - Proposals will be evaluated on the ability of the offeror to provide a facility located in downtown Richmond, VA; (c)Availability of Dates - Proposals will be evaluated on the ability of the offeror to provide the required services on the dates requested; and (d)Other Considerations; transportation to major airports, availability and cost of on-site guest parking and diversified, adequate and reasonable food services must be available on-site and within walking distance. 2) Past Performance - The offeror must provide references for at least three (3) federal government contracts for similar work performed within the past three (3) years. The offeror will be evaluated based on customer satisfaction and timeliness. The contact information for each reference shall include the following: (a)Contract type/number; (b)Contract Value; (c)Agency/Company Name; (d)Agency/Company point of contact telephone number; (e)Duration of Contract; (f)Type of services provided (brief description) List any problems encountered on each contract and the contractor’s corrective actions 3) Total Price Proposed - Proposed prices will be compared to proposed cost of same or similar services in order to determine if the proposed prices are realistic, fair and reasonable. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the total price. Contractors are cautioned that the award may not necessarily be made to the contractor with lowest cost. The Government reserves the right to evaluate proposals and make award without conducting discussions, but reserves the right to conduct discussions with one or more offerors and request revised proposals. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. 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 quotes must be received no later than 4:00 pm (Eastern Standard Time) on May 29, 2009 to: Internal Revenue Service (IRS), Office of Business Operations, Attn: Sharlene Hagans, 9th Floor, 6009 Oxon Hill Road, Oxon Hill, MD 20745, via fax on (202) 283-1365, or via email to Sharlene.a.hagans@irs.gov (email quotes are preferred). All communications concerning this announcement must be in writing and received by 3:00PM (Eastern Standard Time) no later than three (3) calendar days after the publication date of the notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-09-Q-PRE07/listing.html)
 
Place of Performance
Address: Richmond, VA area, United States
 
Record
SN01824233-W 20090522/090521005837-90a875655320d17357dce74229dbe598 (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.