Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

X -- Lodging

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721120 — Casino Hotels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-FEI-S013
 
Archive Date
9/21/2010
 
Point of Contact
Terry L. Stotts, Phone: (434) 980-6289, Bonnie E Boston, Phone: (434) 980-6277
 
E-Mail Address
Terry.Stotts@opm.gov, Bonnie.Boston@opm.gov
(Terry.Stotts@opm.gov, Bonnie.Boston@opm.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement/solicitation is unrestricted to both large and small business. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-8. The NAICS code is 721110, and the small business size standard is $6 million. Incorporated by reference is FAR 52.212-1, Instructions to Offerors - Commercial and Addenda. Offerors must include a completed copy of FAR 12.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be viewed at: http://orca.bpn.gov. Incorporated by reference is 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 is incorporated at the end of this solicitation. Full text of clauses may be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.232-33. This combined synopsis solicitation will result in a fixed-price contract being awarded for lodging. Purpose The purpose of this procurement is to obtain lodging for approximately 25 people. Objective The objective of this procurement is to locate a local hotel to lodge approximately 25 people while they attend a Leadership Training Program and the Federal Executive Institute (FEI). Requirements Specific requirements include: •a. Contractor must provide individual sleeping accommodations for approximately 25 people. •b. All rooms need to be of equal (executive level) quality. •c. All rooms must be located at the same facility. •d. Must have rooms accessible to handicapped individual available, if necessary. •e. All rooms must have access to the internet in bedrooms. •f. Respondents must be primary provider of all services. No submissions from third party providers will be considered. Dates •a. Guests will check-in on October 10, 2010 •b. Guests will check-out on October 22, 2010 •c. Approximately 12 guests will check-out on October 15, 2010, and return on October 17, 2010. Location Requirements •a. Contractor/rooms must be located within ½ mile (walking distance) to the Federal Executive Institute, 1301 Emmet Street, Charlottesville, VA 22903. Proposal Submission Evaluation and Award Respondents must be primary provider of all services. No submissions from third party providers will be considered. Proposals submitted under this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations. Please provide cost proposal information separately from the technical proposal. Please include a daily breakdown, as well as a total cost. The contractor shall provide a fixed-price for each contract line item as well a total cost for the contract. Proposals not containing a total cost will be rejected as non-responsive. An offer that does not meet all of the solicitation requirements may be rejected as non-responsive. Technical proposals will be evaluated for accommodations, quality of services, and location. The Federal Executive Institute reserves the right to conduct an on-site inspection of offered facilities. The contractor shall provide information (availability/cost) on other amenities of hotel i.e., guest parking policy, workout facilities and cancellation policy. The Federal Executive Institute will select the contractor whose offer provides the best value to the government, in accordance with FAR 52.212-2, Evaluation of Commercial Items, considering primarily technical factors and secondarily price. The award may be made with or without discussions with the offeror(s). Therefore, your offer should include your lowest pricing. Evaluation factors listed in descending order of importance: 1. Accommodations; 2. Commitment to customer service based on its reputation for demonstrating concern for its customers. 3.Location; and 4. Price. Accommodations, quality of services and location, when combined, are more important than price. The Contractor's facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). The Federal Executive Institute is a tax exempt entity; please do not include taxes in proposal. CENTRAL CONTRACTOR REGISTRATION (CCR) IS REQUIRED TO APPLY TO THIS ACQUISITION. REGISTRATION CAN BE ACCOMPLISHED AT www.ccr.gov. Proposals should be sent to the point of contact in this announcement ONLY - beware of third party solicitations. Proposals must be submitted to the attention of Terry Stotts. Mailing address: Federal Executive Institute, A ttn: Terry Stotts, 1301 Emmet Street Charlottesville, VA 22903. The preferred method of proposal submission is by email to terry.stotts@opm.gov. It is the contractor's responsibility to ensure receipt of proposals delivered through email. Due to delays associated with mail delivery and irradiation at Government buildings, it is recommended that commercial delivery services be used if your proposal is not emailed. Inquiries concerning this acquisition should be directed to Terry Stotts at terry.stotts@opm.gov, (434)980-6289 or Bonnie Boston at bonnie.boston@opm.gov, (434) 980-6277. Closing date for receipt of offers is Monday, September 20, 2010. Proposals must be received at FEI no later than 12:00 noon on the closing date. Award will be made on or about September 22, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-FEI-S013/listing.html)
 
Record
SN02282660-W 20100917/100915235811-a9c3a26b1a42a2288a5ad4b1c5c383fc (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.