Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
MODIFICATION

X -- Hotel Accommodation

Notice Date
3/19/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
601 South 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
112010
 
Response Due
3/24/2010
 
Archive Date
9/20/2010
 
Point of Contact
Name: Debra Young-Leak, Title: Contract Specialist, Phone: 571-227-3945, Fax: 571-227-1372
 
E-Mail Address
Debra.Young-Leak@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 112010 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 532310 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-03-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Meet or Exceed, to the following: LI 001, Award Ceremony for 2010 1.0 Background The Transportation Security Administration (TSA) holds an annual Honorary Incentive Awards Program in order to highlight and reward the achievements and accomplishments of the everyday heroes within its agency. The Office of Human Capital (OHC) is responsible for overseeing the Awards Program from researching vendors for contracted services to onsite logistics on the day of the event. Since its inception, the Honorary Incentive Awards Program has been streamlined and fully defined to align with the agencys core goals and values. The purpose of the Honorary Incentive Awards Program is to highlight and reward the achievements and accomplishments of employees within the TSA. November 19th, 2010 will mark the ninth (9th) year that TSA has held the Honorary Incentive Awards Program. 2.0 Scope The TSA is currently seeking a vendor within a 2 mile radius that can accommodate 900 or more individuals for the 2010 Honorary Awards Ceremony., 1, EA; LI 002, 3.0 Deliverables The contractor shall provide to TSA meeting space for 900 or more individuals along with staging and a photography platform. The contractor shall also accommodate Audio Visual (AV) requirements as well as food and beverage requirements in accordance with the description and dimensions outlined below in section 4.0 4.0 Technical RequirementsThe contractor shall provide seating for approximately 900 or more individuals. A 24in x 30ft stage will be required as well as a 24in x 10ft platform for video recording/photography. One podium w/microphone as well as one microphone w/stand will be required. The following will also be required: 1- Ballroom Computer Display package, 1- 3200 Lumen XGA LCD Projector, 2 - 50 inch Plasma Monitors, 1 windows based laptop, 1 dual deck DVD/VHS player, 1 12 channel mixer, 2 26 degree S4 ellipsoidal (All to be used for AV purposes). The contractor shall provide refreshments and cake cutting/reception service for 650 or more individuals, a small briefing room with a landline telephone, a coat check room, 10 valet parking spaces, discounted parking for all other event guests as well as reserve a block of 20-30 rooms for event guests., 1, EA; LI 003, 5.0 Funding Invoices will be submitted in accordance with attached Contract Terms and Conditions Commercial Items. No travel is required for this event. 6.0 Period of Performance Friday -November 19, 2010. 7.0 Place and Location of Delivery TBA, 1, EA; LI 004, 8.0 Government Furnished Information N/A 9.0 Specific Provisions TSA will enter into an agreement with the vendor that offers the lowest price, and meets all of TSAs requirements. Chosen vendor must be able to accommodate quick turn-around changes and corrections as needed. The following provisions typical in hotel agreements with private industry are not allowed when contracting with the federal government: Room AttritionGuaranteed RevenueIndemnificationAdvanced DepositState taxes The following customary hotel agreement provision will be tailored as follows: Governing Law: This Agreement shall be governed by Federal law. The parties agree that any dispute between them regarding this Agreement shall be subject to Federal Acquisition Regulations (FAR) Subpart 33.2 Disputes and Appeals.Late Payment: The Prompt Payment Act is applicable., 1, EA; LI 005, 10.0 Requiring Organization Department of Homeland SecurityTransportation Security AdministrationOffice of Human Capital, TSA-21601 S. 12th StreetArlington, VA 20598, 1, EA; For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is__________with a small business size standard of_________ employees / average annual receipts." New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/112010/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02097791-W 20100321/100319235302-e9790cef86d7950100477e52fa29732e (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.