Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

X -- Agency Wide Shared Service (AWSS) Office of Strategy & Finance (OSF) All Employees' CPE

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-10-Q-01G00
 
Archive Date
8/7/2010
 
Point of Contact
Sharlene A Hagans, Phone: 202-283-1471
 
E-Mail Address
sharlene.a.hagans@irs.gov
(sharlene.a.hagans@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-10-Q-01G00 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Part 13 “Simplified Acquisition Procedures.” The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $7 million. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. The Internal Revenue Service (IRS) will not consider proposal submitted by an offeror that is not a hotel. Proposals shall be submitted on letterhead and must address all requirements listed, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel, i.e. parking, shuttle service, transportation to/from airport and menus. The award will be made on an all or none basis. The award will be made to one offeror who fully meets the requirements for providing a total of 242 sleeping rooms (reserved and guaranteed at or below prevailing government rate) from 10/17/2010 – 10/21/2010 and conference facilities to include general meeting room, breakout rooms, audiovisual equipment and light refreshments as specified below for the Internal Revenue Service (IRS), Agency Wide Shared Services (AWSS) Office of Strategy & Finance (OSF) All Employees’ CPE. The CPE will be held October 18-21, 2010 in Las Vegas, NV. Contractor shall provide a quotation for the following contract line item number (CLIN): CLIN 001: Lodging to include: 10/17/2010 - 16 sleeping rooms 10/18/2010 - 56 sleeping rooms 10/19/2010 - 56 sleeping rooms 10/20/2010 - 57 sleeping rooms 10/21/2010 - 57 sleeping rooms CLIN 002: one (1) general meeting room with standard table and chairs to accommodate up to 60 people (crescent rounds) for three days (10/19/2010 – 10/21/2010); CLIN 003: four (4) breakout room with standard table and chairs to accommodate up to 15 people (crescent rounds) for three days (10/19/2010 – 10/21/2010); CLIN 004: one (1) Executive Boardroom to accommodate up to 10 people for four days (10/18/2010 – 10/21/2010); CLIN 005: Two (2) refreshment breaks (mid-morning and mid-afternoon) per day -- Mid-morning and mid-afternoon refreshment break (inclusive of service charge) for up to 60 people for three days (10/19/2010 – 10/21/2010); mid-morning refreshments break includes but not limited to: coffee, tea, juices, assorted muffins, bagels. Mid-afternoon refreshment break includes but not limited to: coffee, tea, assorted sodas, cookies, brownies, pretzels, and chips. Please provide menus and prices. The Federal Government policy does not permit a guaranteed amount of food and beverage revenue; and CLIN 006: Standard Audiovisual (subject to change) to include: o Podium & Microphone Package for three days (10/19/2010 – 10/21/2010); o (3) Wireless lavaliere microphones for three days (10/19/2010 – 10/21/2010); The meeting rooms MUST be available for use twenty-four (24) hours per day. The conference facility and lodging MUST be housed in the same facility. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meeting the following mandatory requirements: (1) Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. Seq (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA http://www.usfa.fema/gov/hotel); (2) the facility must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se (ADA). (3) The facility must have one of the following quality ratings: First class or higher per OAG Business Travel Planner; or Three diamonds or higher per AAA. (4) Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov.). In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the total price. The Government reserves the right to evaluate proposals and make award without conducting discussions, but reserves the right to conduct discussions with one or more offerors and request revised proposals. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. 1) Technical Capability: a)Contract Requirements - Proposals will be evaluated on the offerors ability to provide all of the requirements relating to lodging, meeting space, audiovisual equipment and food and beverage requirements. Proposals must address the offerors’ ability to comply with the Hotel and Motel Fire Safety Act of 1990 and the Americans with Disabilities Act (ADA) as it relates to lodging and meeting spaces. b)Location – Proposals will be evaluated on the ability of the offeror to provide a facility located in Las Vegas, NV. c)Availability of Dates - Proposals will be evaluated on the ability of the offeror to provide the required services on the dates requested. d)Other Considerations - Transportation to major airports, availability and cost of on-site guest parking and diversified, adequate and reasonable food services must be available on-site and within walking distance. 2) Past Performance: The offeror must provide references for at least three (3) federal government contracts for similar work performed within the past three (3) years. The offeror will be evaluated based on customer satisfaction and timeliness on requirements similar size and scope. The contact information for each reference shall include the following: a.Contract Value; b.Agency/Company Name; c.Agency/Company point of contact telephone number; d.Duration of Contract; and e.Type of services provided (brief description) 3) Price: Proposed prices will be compared to proposed cost of same or similar services in order to determine if the proposed prices are realistic, fair and reasonable. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. The provisions at FAR 52.212-1, Instructions to offerors - Commercial and FAR 52.212-2, Evaluation Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the Contract Specialist. All quotes must be received no later than 5:00 pm (Eastern Standard Time) on July 23, 2010 to: Internal Revenue Service (IRS), Office of Business Operations, Attn: Sharlene Hagans, 9th Floor, 6009 Oxon Hill Road, Oxon Hill, MD 20745, via fax on (202) 283-1534, or via email to Sharlene.A.Hagans@irs.gov (email quotes are preferred). All communications concerning this announcement must be in writing and received by 3:00PM (Eastern Standard Time) no later than three (3) calendar days after the publication date of the notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-10-Q-01G00 /listing.html)
 
Place of Performance
Address: Las Vegas, NV, United States
 
Record
SN02206159-W 20100716/100714235525-77c87f00467be3ea9f80662bda76a607 (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.