Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

99 -- Request for Quotations - Lodging for the 2009 Safety, Health & Environment Management Division's (SHEMD) Workshop

Notice Date
8/26/2009
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Headquarters Procurement Operations Division, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-09-00290
 
Response Due
9/2/2009
 
Archive Date
10/2/2009
 
Point of Contact
Point of Contact, Nicole Humphrey, Purchasing Agent, Phone (202) 564-4379
 
E-Mail Address
U.S. Environmental Protection Agency
(HUMPHREY.NICOLE@EPAMAIL.EPA.GOV)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 721110 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and Subpart 13.106 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offersare being requested and a written solicitation will not be issued. The U.S. Environmental Protection Agency hereby gives notice of its intent to solicit, negotiate and award a Purchase Order for sleeping rooms. The purpose of this procurement is to obtain 544 room nights for approximately 136 attendees of the 2009 Safety, Health & Environment Management Division's (SHEMD) Workshop, to be held October 5-9, 2009 in San Francisco, CA at Hotel Nikko of San Francisco.In order to be considered for award, the required facility must, at a minimum, meet the following specifications:-be green (MUST provide green checklist: http://www.epa.gov/oamhpod1/oppts_grp/0412344/green.pdf);-provide rates at or below the GSA prescribed per diem rates;-provide the estimated number of rooms for the above-listed time period within the distance specified within this notice (alternate dates/locations will NOT be accepted). Evaluation Factors The Government will award to the responsive, responsible firm, whose quotation is most advantageous to the Government, price and other factors considered. This is a best-value procurement. The Government may or may not award to the low price quotation. For this requirement, all evaluation factors are considered equal and are as follows: 1.Condition of Facility - The Government will evaluate the condition of each offeror's facility, to include the following: -Condition of facility and level of standard hotel services available;-Internet access, parking costs and accessibility;-Nearby restaurants and other attractions within walking distance are favored;-Vendor must identify noisy/disrupting events, major repairs, or construction scheduled during the conference dates; -Access to public transportation, including bus and subway transportation;-Facility must be located within 0.25 miles (walking distance) of Hotel Nikko of San Francisco, located at 222 Mason St, San Francisco, CA 94102 (location of the 2009 SHEMD workshop); and-Environmentally preferable measures and practices provided by hotel, as provided via a copy of the green meeting checklist (http://www.epa.gov/oamhpod1/oppts_grp/0412344/green.pdf). 2. Cost/Price - The Government will evaluate the total expected cost of performing this work. Quote Submission Instructions Vendors shall submit a detailed project plan (not to exceed 3 pages), describing the vendors ability to satisfy the Government's requirement and all technical aspects, as set forth in this announcement. Offerors shall submit a firm, fixed-price quote, including indirect costs, other direct costs (ODCs), travel and any other applicable charges, providing a ceiling (maximum) price for this requirement. Rates proposed for Lodging must be inclusive of all taxes, surcharges, and fees. The Federal Government is exempt from paying taxes. The tax-exempt number is 52-085-2695. If your state or municipality has any taxes or fees that you consider the Federal Government not exempt, you must identify them and include them in your quote. Each offeror shall submit (1) one electronic copy to Nicole Humphrey, Contracting Officer, at humphrey.nicole@epa.gov AND to the Project Officer, Jamar Jackson, at Jackson.jamar@epa.gov. Due date for receipt of responses to this RFQ will be 12:00 PM, Eastern Time, on September 2, 2009. All offerors MUST fill out the Green Facility Checklist, which can be found at http://www.epa.gov/oamhpod1/oppts_grp/0412344/green.pdf. Contractors must be registered in CCR (Central Contractors Registration), in accordance with FAR 4.11, to be considered for award. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 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", with the following marked clauses cited in 52.212-5 being applicable to this acquisition: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales tothe Government (Sept 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402)._X_ (2) 52.203-13, Contractor Code of Business Ethicsand Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter1 (41 U.S.C. 251 note))._X_ (3) 52.203-15, Whistleblower Protections under theAmerican Recovery and Reinvestment Act of 2009 (MAR2009) (Section 1553 of Pub. L. 111-5). (Applies to contractsfunded by the American Recovery and Reinvestment Act of2009.)__ (4) 52.204-11, American Recovery andReinvestment Act-Reporting Requirements (MAR 2009)(Pub. L. 111-5).__ (5) 52.219-3, Notice of Total HUBZone Set-Aside(JAN 1999) (15 U.S.C. 657a).__ (6) 52.219-4, Notice of Price Evaluation Preferencefor HUBZone Small Business Concerns (JULY 2005) (if theofferor elects to waive the preference, it shall so indicate in itsoffer) (15 U.S.C. 657a).__ (7) [Reserved]__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).__ (ii) Alternate I (OCT 1995) of 52.219-6.__ (iii) Alternate II (MAR 2004) of 52.219-6.__ (9)(i) 52.219-7, Notice of Partial Small BusinessSet-Aside (JUNE 2003) (15 U.S.C. 644).__ (ii) Alternate I (OCT 1995) of 52.219-7.__ (iii) Alternate II (MAR 2004) of 52.219-7.__ (10) 52.219-8, Utilization of Small BusinessConcerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)).__ (11)(i) 52.219-9, Small Business SubcontractingPlan (APR 2008) (15 U.S.C. 637(d)(4)).__ (ii) Alternate I (OCT 2001) of 52.219-9.__ (iii) Alternate II (OCT 2001) of 52.219-9.__ (12) 52.219-14, Limitations on Subcontracting(DEC 1996) (15 U.S.C. 637(a)(14)).__ (13) 52.219-16, Liquidated Damages-SubcontractingPlan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).__ (14)(i) 52.219-23, Notice of Price EvaluationAdjustment for Small Disadvantaged Business Concerns(OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waivethe adjustment, it shall so indicate in its offer).__ (ii) Alternate I (JUNE 2003) of 52.219-23.__ (15) 52.219-25, Small Disadvantaged BusinessParticipation Program-Disadvantaged Status and Reporting(APR 2008) (Pub. L. 103-355, section 7102, and10 U.S.C. 2323).__ (16) 52.219-26, Small Disadvantaged BusinessParticipation Program- Incentive Subcontracting(OCT 2000) (Pub. L. 103-355, section 7102, and10 U.S.C. 2323).__ (17) 52.219-27, Notice of Total Service-DisabledVeteran-Owned Small Business Set-Aside (MAY 2004)(15 U.S.C. 657 f).__ (18) 52.219-28, Post Award Small BusinessProgram Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)).__ (19) 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755).__ (20) 52.222-19, Child Labor-Cooperation withAuthorities and Remedies (FEB 2008) (E.O. 13126)._X_ (21) 52.222-21, Prohibition of Segregated Facilities(FEB 1999)._X_ (22) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246).__ (23) 52.222-35, Equal Opportunity for SpecialDisabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (SEPT 2006) (38 U.S.C. 4212)._X_ (24) 52.222-36, Affirmative Action for Workers withDisabilities (JUN 1998) (29 U.S.C. 793).__ (25) 52.222-37, Employment Reports on SpecialDisabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (SEPT 2006) (38 U.S.C. 4212).__ (26) 52.222-39, Notification of Employee RightsConcerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201).__ (27) 52.222-54, Employment Eligibility Verification(JAN 2009). (Executive Order 12989). (Not applicable to theacquisition of commercially available off-the-shelf items orcertain other types of commercial items as prescribed in22.1803.)__ (28)(i) 52.223-9, Estimate of Percentage of RecoveredMaterial Content for EPA-Designated Items(MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicableto the acquisition of commercially available off-the-shelfitems.) The aforementioned provisions and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-09-00290/listing.html)
 
Record
SN01927830-W 20090828/090827001343-e38e7b55e51a2559650f85372fdecaae (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.