Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

V -- HOTEL/CONFERENCE SERVICES - COMMERCIAL ITEMS CLAUSE

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, District of Columbia, 20552
 
ZIP Code
20552
 
Solicitation Number
TOTS-D-10-Q-00009A
 
Archive Date
7/28/2010
 
Point of Contact
Illona M Williams, Phone: 202-906-6193
 
E-Mail Address
illona.williams@ots.treas.gov
(illona.williams@ots.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Commercial Items CLauses The Office of Thrift Supervision (OTS), Western Region, is seeking a hotel located in Denver, CO, OR Albuquerque, NM OR San Francisco, CA, OR Dallas, TX. with the facilities to accommodate a regional conference. The property selected will be required to provide guest rooms for overnight accommodations, a general session meeting room, six (6) break out meeting rooms, food and beverage services, audio visual services, and parking services. OTS has not made a final determination for the city and will decide to hold the conference in ONLY ONE of the four cities mentioned above after review of the proposals. The OTS meeting will be held on October 12, - 15, 2010. Most OTS staff will arrive on Tuesday, October 12 and depart on Friday, October 15. The meetings will begin at 1:00 PM on October 12, however, a buffet lunch is required for up to 220 people from 11:30 AM - 1:00 PM on October 12, 2010. The conference will conclude at 1:00 PM on October 15, 2010. Overnight accommodations are required for October 12, 13 and 14 as follows: City October 12 October 13 October 14 Total # of Rooms Nights Denver, Colorado 220 220 220 660 Albuquerque, NM 220 220 220 660 San Francisco,CA 210 210 210 630 Dallas, TX 210 210 210 630 OTS requires the following meeting rooms on the specified dates: · One General Session room set in crescent rounds for 220 people October 12, 13, 14, and 15. •· Six (6) Break Out rooms, each set classroom style for up to 50 people, October 13, 14, and the morning of October 15. OTS requires the following food and beverage services for up to 220 people as follows: October 12 Buffet Lunch; PM break; Dinner (seated) October 13 Breakfast; AM Break; Lunch; PM Break October 14 Breakfast; AM Break; Lunch; October 15 Breakfast; AM Break OTS requires audio-visual services, to include two screens, in the General Session room on October 12 - 15. OTS requires internet connectivity in the General Session room and at least two of the breakout rooms. We also require a locked room for storage of computer equipment and other supplies; and since this room will be used for IT equipment use and repair, it must be large enough to include a conference table and must have internet connectivity. Parking will be required as follows: · Dallas - OTS requires parking spaces for up to 70 vehicles on October 12, 13, 14 & 15. · San Francisco - OTS requires parking spaces for up to 60 vehicles on October 12, 13, 14 & 15. · Denver - OTS requires parking spaces for up to 10 vehicles on October 12, 13, 14 & 15. · Albuquerque - OTS requires parking spaces for up to 10 vehicles on October 12, 13, 14 & 15. Easy transportation (not requiring the use of rental cars) to major airport and local attractions is desired in all locations. Other Requirements: The hotel must: a. be compliant with the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et seq. (Public Law 101-391) and hold a FEMA certification number; b. Be compliant with the American with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA); c. Have one of the following ratings: First class or higher per the hotel and travel index; three diamonds or higher per AAA; three crowns or higher per the OAG Business Travel Planner; d. be registered in the Central Contractor Registration (CCR) database and; e. hold the proposed space on a first option basis. The proposal shall consist of three volumes: Volume I - Technical Proposal (not to exceed 25 pages), Volume II - Past Performance (not to exceed 6 pages), and Volume III - Cost/Price Proposal. The Technical Proposal (Volume I) shall, at a minimum, include: •· Executive Summary to include any exceptions that your firm's proposal takes to the requirements specified in this synopsis/solicitation and/or the attached Commercial Items and Other Clauses. •· Technical Approach for the synopsis/solicitation requirements. The technical approach must, at a minimum, provide the following: •o description of the services to be provided; •o description of the proposed sleeping rooms and conference facilities, equipment, supplies and services;. •o Corporate Experience working with Federal Entities for the required services of similar scope and magnitude •o Understanding of Federal government cancellations and payment policies and procedures. •o Listing of restaurants, points of interest, and other entertainment areas within walking distance or with easy public transportation access of the hotel. The Past Performance (Volume II) shall include points of contact of three references for conferences of the same scope and magnitude as the above requirements and a description of each conference requirement. The Cost/Price Proposal (Volume III) shall, at a minimum, include: •· Contractor's Duns Number •· All assumptions made to develop the price •· Proposed menu and cost on a per person basis for food and beverage services as follows: Breakfast, AM and PM Breaks, Lunch, Dinner •· Cost for Sleeping Rooms •· Cost for Meeting Rooms •· Parking Fees •· Audio Visual Prices •· Sample Hotel Agreement The Government intends to award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical expertise to provide comprehensive conference facilities, equipment, supplies and services. 2. Quality of proposed sleeping rooms, conference facilities, equipment, supplies, and services. 3. R estaurants, points of interest, and other entertainment areas within walking or with easy public transportation access of the hotel. 3. Corporate experience working with Federal government entities. 4. Understanding of Federal government cancellations and payment policies and procedures. 5. Past performance. 6. Total Costs Technical and Past Performance, when combined, are more important than cost. Questions regarding this requirement must be submitting in writing to Illona.Williams@ots.treas.gov no later than 2:00 PM (Eastern) June 25, 2010. Verbal questions will not be accepted. All questions and answers will be posted as an amendment to this solicitation (TOTS-W-10-Q-0009A) on the Federal Business Opportunities Website. If your hotel can provide the services in any of the possible locations for the dates specified, submit your proposal via email to Illona.Williams@ots.treas.gov no later than 2:00 PM (EASTERN) on July 13, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OTS/PASDC/TOTS-D-10-Q-00009A/listing.html)
 
Record
SN02175226-W 20100613/100611234618-23774a2343533a16e2cb5135114db86d (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.