Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

X -- Hotel/Conference Space in San Francisco, CA

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-10-Q-0097
 
Archive Date
7/15/2010
 
Point of Contact
Richard Taylor, Phone: 3014477271
 
E-Mail Address
richard.taylor@dhs.gov
(richard.taylor@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is HSFEEM-10-Q-0097 and is supplemented with additional information included (Statement of Work (SOW) attached). Provisions and clauses in effect through Federal Acquisition Circular 2005-41 are incorporated. This is a Full and Open Competition requirement under NAICS 721110, with a Size Standard of $7.0 Million. All qualified businesses are encouraged to submit quotes. The Department of Homeland Security DHS/FEMA has a requirement for hotel/motel rooms and conference center facilities for the requirements described in the attached SOW in the San Francisco (downtown area), CA. DHS/ FEMA has scheduled the conference for the following period: July 27-29, 2010. Attendees will check in on the 26 th. The Government procures lodging to insure the availability of rooms for a large number of people at the same location in order to receive at a minimum, the Government rate in accordance with the GSA Federal Travel Regulations. The hotel/motel shall be in compliance with the Hotel/Motel Fire Safety Act. The hotel/motel must be capable of offering facilities accommodating approximately 70 attendees considering guest rooms and all other business associated conference facilities (See Attached SOW/Details). The hotel/motel shall honor any standard cancellation policy regarding any cancellations, and any billing policy for no-shows, meaning that no-shows will be billed for the date that would have been the date of check-in only. Participants will call the hotel/motel at least 7 days prior to the conference date to reserve their room. Conference attendees will make their reservations by individual call in; rooms will be reserved on each caller's personal credit card or government travel card, as appropriate. The resultant contract is not intended to cover the price of hotel rooms occupied for the conference attendees, each attendee will be billed by the hotel for his or her room. The "Conference Total" quoted price shall represent the total cost for the entire period for which each conference will be held - The quote total will include the total number of room charges, the audio/visual, the conference space rental, and any other quoted charges or discounts granted. The "Grand Total" is a Not-To-Exceed price - whereby the hotel/motel shall only invoice the Government for, and the Government shall only pay for, conference facilities/space and audio-visual costs if separately quoted cost items, and the actual number of guest rooms not occupied and paid for by anticipated conference attendees during the period of the conference in accordance with the hotel's standard contract terms and conditions. The quote for blocking the number of guests rooms shall be structured in a format that indicates if the conference facilities/space are included as part of the package covering the cost of the guest rooms to be blocked, or if this will be a separate charge in accordance with the offeror's standard contract terms and conditions. Additionally, offerors must clearly indicate the cost of the audio-visual requirements if not included as part of the conference facilities/space. If the break/snack cost, the conference facilities/space and the cost of the audio-visual are not provided as an integral part of the cost of guest rooms to be blocked in accordance with the hotels standard contract, the price of the conference facilities and audio-visual requirements must be clearly listed as separate cost items. If the break/snack costs are not or cannot be included in accordance with the Federal Travel Regulations guest room cost, please clearly indicate this cannot be done as the break/snack requirement and cost will then be deleted in its' entirety from the resulting order. Offerors shall also provide a copy of their standard contract listing all terms and conditions upon which the quote is based. A purchase order in the amount sufficient to cover all quoted costs will be issued to the lowest priced technically acceptable offeror representing the best value to the Government. Upon conclusion of the conference and final determination of final costs such as costs expected to be but not covered by the attendees, conference facilities/space, and costs associated with audio-visual requirements if not included with package quote, will be covered under the commercial purchase order to be issued by the Government in accordance with the hotel's standard contract terms and conditions. Upon final determination and payment of all pending charges payable by the Government in order to satisfy the terms of the hotel's accepted contract, all remaining funding on the purchase order will be de-obligated. The per-night lodging cost shall not exceed the cost listed in the Federal Travel Regulations. Additionally, in order to insure competitiveness, additional discounts are encouraged. It is requested that the Federal Government be granted a general tax exemption for all rooms and conference spaces to be paid for by the Federal Government. Quotes shall be inclusive of the per-night cost per room, a sub-total cost indicating the cost for each of the night periods separately, and a Conference Total for the entire period. In order to be considered for award, the offer must be determined to be technically acceptable. The evaluation factors for this procurement are Lowest Price Technically Acceptable (LPTA). To be determined technically acceptable, the offeror's quotation will be subjected to the following "Go/No Go" criteria: (1) The offeror must demonstrate ability to provide the requested number of guest rooms/nights and associated conference facilities as described in the SOW on the dates indicated, (2) The offeror must be in compliance with the Hotel/Motel Fire Safety Act, (3) The offeror must be registered in CCR prior to award, and (4) The offeror shall not be on the debarred or excluded parties list. This solicitation is intended to result in one award to a single qualified vendor offering the lowest aggregate price. The total price of the quote will be based on all quoted lines on the quote (sleeping rooms, conference spaces, a/v rental, etc.) The following Federal Acquisition Regulation (FAR) provisions apply to this procurement: FAR 52.212-1 Instructional to Offeror-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items. In compliance with FAR 52.212-5, the following additional clauses are incorporated as part of and apply to this acquisition: 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns, 52.222-6 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies. The clause at 52.215-1 Instructions to Offerors-Competitive Acquisitions also applies to this acquisition. Questions regarding this synopsis/solicitation are due in the contracting office by 4:00 P.M. Eastern Time, June 22, 2010, and shall be forwarded electronically to the Contracting Officer at the email below. Answers to all questions will be provided via electronic posting to the FedBizOpps site. Quotes shall be submitted to the Department of Homeland Security/FEMA, National Emergency Training Center, Attn: Richard Taylor, Bldg. D/Room 120, 16825 South Seton Avenue, Emmitsburg, MD 21727, via fax on (301) 447-1242, or via e-mail to richard.taylor@dhs.gov (email quotes are preferred). Quotes shall be submitted not later than 4:00 P.M., Eastern Time June 30, 2010. Statement of Work Hotel in San Francisco, CA The Preparedness Task Force is seeking to solicit a contract to hold a Preparedness Task Force meeting at a hotel in downtown San Francisco from 27-29 July. As such, we require the following: •· A room block of 70 from 26-29 July at the US government per diem rate •· One room big enough for all attendees, i.e., 70. •· Two additional break-out rooms that can hold up to 25 people. The hotel will provide meeting room set up to the specifications that are outlined in the meeting space requirements. The daily meeting space rental fee includes, for all Preparedness Task Force Meeting attendees a complementary continental breakfast and morning and afternoon refreshment breaks on Day 1 and Day 2, and complementary continental breakfast and morning refreshment break on Day 3 (1/2 day). In addition to the meeting and guest rooms, the Task Force will require audiovisual support, below. List of Required A/V Equipment The recommendations below assume A/V needs for one primary meeting room and two breakout rooms. Item Quantity Projector Package (including screen, projector, cables, power strips and cart) 3 Laptop 3 Flipchart 3 Flipchart Stand 3 Podium w/mic 1 Wireless handheld mic 1 Tabletop microphones (for panel discussions) 3 Conference call set-up 1 Wireless internet (main meeting room only) 1 Laser Pointer 1 Extension Cords 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-10-Q-0097/listing.html)
 
Place of Performance
Address: San Francisco, CA, San Francisco, California, 94108, United States
Zip Code: 94108
 
Record
SN02176706-W 20100616/100614234522-765f2cdb003a8fdd2f98ca6cba30c9fc (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.