Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

X -- ICE Hotel Conference Event

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
192110INVWORK0004
 
Archive Date
7/27/2010
 
Point of Contact
Kenneth W. Morigeau, Phone: 2149055560
 
E-Mail Address
kenneth.morigeau@dhs.gov
(kenneth.morigeau@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to award a Firm Fixed Price type commercial item contract for Hotel Accommodations, Conference Space, and Hotel Services located in (Pentagon City), Arlington, VA. Request for quote number: 192110INVWORK0004 is in accordance with FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-28, effective December 12, 2008. NOTE: This is NOT a solicitation for Event Planning Services or 3rd Party Event Planning Services. Department of Homeland Security (DHS) will not consider a quote submitted by an offeror that is not a hotel. DHS will not accept telephone calls or emails from third parties inquiring on behalf of hotels. The announcement/solicitation is solicited unrestricted and constitutes the only solicitation document that will be issued. 1. All costs (fees, etc) must be included in the prices. If any food or refreshments will be provided that are included in the meeting room price or based upon guest room usage, request that the aforementioned be identify. 2. Overnight rooms will be individually booked by the Conference participants desiring overnight stay. All costs for those rooms shall be allocated to the individual booking the room. All remaining costs for meeting rooms and equipment shall be paid for via a Department of Homeland Security/Immigration and Customs Enforcement (HDS/ICE) purchase order. 3. If your hotel requires any language be agreed to by the Government, submit the required language with your quote. If awarded, a separate Hotel Agreement will may be the Government. 4. Specify any state and/or local taxes and fees to which the federal government is not exempt and that will be charged. 5. The hotel shall accommodate the sleeping room capacities (peak nights based on the timeframe) and provide all requirements specified for conference needs noted below. Lodging rates MUST be within the Government Per Diem rate or lower for the area. A response shall be submitted on letterhead and must address all requirements. 6. To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Registration (CCR) website (www.ccr.gov) and be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at (http://www.usfa.dhs.gov/applications/hotel/index.cfm ). The offeror's representations and certifications must be updated and complete in the Online Representations and Certifications Applications website at https://orca.bpn.gov/. 7. In addition, the offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). 8. FAR clause 52.212-1, Instructions to Offerors applies to this acquisition. 9. Requirement Details: A response to requirements listed below shall be submitted on letterhead and must address all requirements listed in the request for quote. A completed hotel contract with non-commissionable meeting rates shall be submitted with your quote, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel (for example: parking, shuttle services; transportation to/from airport, menus, etc.). Requirement Details: GROUP NAME: DHS ICE: 2010 IMAGE Training Conference DATES: August 2 - 10, 2010 LOCATION: (Pentagon City) Arlington, VA GUEST ROOM BLOCK : Date Number of Rooms August 1 60 August 2 60 August 3 60 August 4 60 August 5 60 August 6 15 August 7 15 August 8 15 August 9 15 August 10 15 August 11 Checkout MEETING SPACE REQUIREMENTS : August 1 - 10. Office space for 15 personnel. 8:00 a.m. to 5:00 p.m. August 2 - 5. Classroom space for 100 personnel. 8:00 a.m. to 5:00 p.m. August 9 and 10. Classroom space for 350 personnel. 8:00 a.m. to 5:00 p.m. EQUIPMENT/SERVICES DATES: August 2 - 6. ITEM QTY for each day Podium 1 Podium Microphone 1 LCD support Package 1 8 x 8 Tripod Screen 1 Short Roll Cart 1 Power/VGA for Guest Equipment 1 LCD Data/Video Projector 1 DVD player 1 4 Channel Mixer 1 Technician Assistance per day 1 DATES: August 9 -10 (Press Room) ITEM QTY for each day Podium 1 Podium Microphone 1 Press Box for Audio feed 1 4 Channel Mixer 1 DVD Player 1 Scaling Switcher 1 Digital telephone interface 1 Getner box at podium 1 Power box at rear of room 1 LCD Data/Video Porjector 1 8 x 8 Tripod Screen 1 Projector Package 1 DID L/L Phone Line Ext. 1 DATES: August 9 -10 (General Session) ITEM QTY for each day Wireless Lavalier Microphone 2 Wireless Hand Held Microphone on Sta 2 8 Channel Mixer 1 LCD Support Package 2 Audio Patch for laptop 1 Wired Internet connection 1 VGA DA splitter 1 Folsom graphic switcher 1 Setup and strike labor 4 LCD Projector short throw lense 2 Wireless slide advancer] 1 Confidence monitor 1 Podium Microphone 1 VGA DA 1 2 100' VGA cable run 1 CLAUSES INCORPORATED BY REFERENCE FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 98) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): ; http://www.arnet.gov/far 52.212-1 Instruction to Offerors (June 2008) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 98) This contract incorporates one or more clauses by reference with the same force and effect as if they were given in their full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address; http://www.arnet.gov/far. 52.202-1 Definitions (July 2004) 52.204-7 Central Contractor Registration (Apr 2008) 52.212-3 Offeror Representations and Certification-Commercial Items (ORCA) (Aug 2009) 52.212-4 Contract Terms and Conditions-Commercial Item (Mar 2009) CLAUSES INCORPORATED IN FULL TEXT 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders---Commercial Items (Apr 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-28, Post Award Small Business Program Representation (April 2009) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Aug 2010 (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) BASIS OF AWARD: Award will be made in accordance with FAR Provision 52.212-1(g) Contract Award. Contractors may email Cost/Price quotes, descriptive literature, and a completed hotel contract to the below email address no later than 10:00 a.m. Central Time on Monday, 12 Jul 2010. NO FAX QUOTES WILL BE ACCEPTED DHS/ICE/OAQ-MD ATTN: Kenneth W. Morigeau, Contracting Officer Email: Kenneth.morigeau@dhs.gov 7701 Stemmons Freeway Dallas, TX 75247 Phone 214-905-5560 ANY QUESTIONS REGARDING THIS SOLICITATION ARE TO BE SUBMITTED IN WRITING VIAL EMAIL TO: Kenneth.morigeau@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/192110INVWORK0004/listing.html)
 
Place of Performance
Address: Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02198876-W 20100709/100707235458-b62fca28badc8bbfbe72347a298c6b68 (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.