Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
SOLICITATION NOTICE

X -- Debt Management 101

Notice Date
2/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, District of Columbia, 20227
 
ZIP Code
20227
 
Solicitation Number
FMS-HQ-11-Q-0011
 
Archive Date
3/5/2011
 
Point of Contact
Thomas A Conheady, Phone: 202-874-8191, Evelyn J Daval, Phone: (202)874-3870
 
E-Mail Address
Thomas.Conheady@fms.treas.gov, evelyn.daval@fms.treas.gov
(Thomas.Conheady@fms.treas.gov, evelyn.daval@fms.treas.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. This solicitation is issued as a Request for Quotation (RFQ) number FMS-HQ-11-Q-0011. The RFQ will result in the award of a Firm Fixed Price contract for facility conference rooms for the Annual Debt Management Service (DMS) Debt Collection Conference, 2010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48, effective January 31, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were provided in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acquisition.gov. The North American Industry Classification System (NAICS) code is 721110; and small business size standard for this procurement is $7.0 million. I. BACKGROUND. The Financial Management Service (FMS), Debt Management Services (DMS) is responsible for improving the quality of the federal government's financial management by increasing the collection of delinquent debt owed to the government, by providing debt management services to all federal agencies, and by protecting the financial interests of the American taxpayer. II. SCOPE. This statement of work prescribes the conference requirements to include the conference logistics management, meeting rooms, all food and beverage services, all audiovisual equipment and technical support for the DMS Debt Collection Conference 2011. All responsible sources may submit a quotation which shall be considered by the Agency. III. DESCRIPTION OF THE REQUIREMENT. The FMS is sponsoring an Annual Debt Collection Conference 2011 for approximately 300 attendees at a conference facility located in Virginia, Maryland or the District of Columbia within a 5-mile radius from the FMS located at 401 14th Street, SW, Washington, DC. The conference facility shall provide approximate space for the prescribed date of Tuesday, June 14, 2011 at 7:00 am continuing through Thursday, June 16, 2010 at 5:00 pm. THE CONFERENCE FACILITY SHALL PROVIDE THE FOLLOWING REQUIREMENTS: SEE ATTACHMENT (1) FOR CONTRACT LINE ITEM NUMBERS (CLIN) AND SUBCONTRACT LINE ITEM NUMBERS (SCLIN). IV. BASIS FOR AWARD. The objective of the FMS is to select the offer that represents the best value to the Government while meeting or exceeding the requirements. All evaluation factors and their relative importance are set forth in this solicitation. A pre-award walk through of the facility may be conducted prior to award. The evaluation factors are listed in order of importance. An integrated assessment of quotes using all evaluation factors found in the solicitation will be the basis for award. The award may be made based on the initial submission, without discussion, so contractors should submit quotes that clearly meet or exceed the requirements of the SOW and should indicate facility amenities that support the conference learning experience. All proposals must confirm in their offer that the facility is compliant with the Hotel and Motel Fire and Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et.seq.) and the American with Disabilities Act (ADA) (Public law 101-336)(42 U.S.C. 12101 et.seq.) In order to be considered for an award, an offeror must have completed the Online Electronic Representations and Certification Application (ORCA) at https://orca.bpn.gov in accordance with Federal Acquisition Regulation (FAR) 4.1201(a). To be eligible for an award, the contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or email at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. V. SOLICITATION PROVISIONS/CLAUSES INCORPORATED BY REFERENCE. This contract incorporates one or more provisions/clauses 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. Also, the full text of a provision or clause may be accessed electronically at this address: www.acquisition.gov. Contractors are encouraged to review the applicable provisions and clauses. VI. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUNE 2008), applies to this solicitation. Addendum to 52.212-1, Instructions to Offerors - Commercial Items (JUNE 2008). In addition to the items specified in the solicitation provision above, the following information is necessary to enable proper evaluation of offers in response to this solicitation: (a) SF 1449, Solicitation for Commercial Items, sections 12, 17A, 23, 24, 30a, b and c completed. (b) Technical response to CLIN and SBCLIN 0001-0003 (c) A detailed price proposal separate from the technical proposal document. (d) Past Performance. The contractor shall provide a list of three recent contracts, with the name of points of contact, contact phone numbers for services the same or similar to the requirements and activities identified in the SOW. Indicate lessons learned, problems encountered, if any, and resolution to problems encountered. (e) Indicate payment terms. VII. The provision at 52.212-2 - Evaluation - Commercial Items (JAN 1999), applies to this solicitation. (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluation offers: 1) Technical and 2) Price: The evaluation factors are stated in the order of importance. Technical factor is more important than price, but as offers become more equal, price becomes more important, and could be the deciding factor for award. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to 52.212-2 - Evaluation - Commercial Items (Jan 1999). In addition to the items specified in the solicitation provided above, the following information is necessary to enable proper evaluation of offers in response to this solicitation: 1) Technical Evaluation Criteria 1.0 Facilities Contractor facilities and staff must display ability to accommodate mandatory requirements of the DMS for the Annual Debt Collection Conference. 1.1 Contractor facility must be within a 5 miles radius from the U.S. Department of Treasury, Financial Management Service (FMS) location of 401-14th Street, SW, Washington, DC 20227. 1.2 Contractor facility must be able to provide a large conference room, and registration area. 1.3 Contractor facility must be able to provide a large conference room and several break-out rooms that are located away from general and/or commonly-used areas such as lobby, front desk, and restaurants to reduce traffic and noise. 1.4 Contractor facility must be no more than three (3) blocks from the Metro subway train. 2.0 Audio/Visual Equipment 2.1 Contractor must have the capability to provide the following audio/visual items identified in the statement of work. 3.0 Meal Service Contractor must be able provide meal service in accordance with the requirements of this solicitation. 2) Price: The pricing proposal should provide a total quote with a breakdown of price by meetings rooms, AV prices, technical support, and food and beverage service. VIII. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2011) applies to this solicitation. A copy of the provisions may be accessed from http://www.acquisition.gov. The contractor shall return a completed copy of this provision with the quote. The Online Representations and Certifications Application (ORCA) can be completed at http://www.bpn.gov. IX. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010) applies to this acquisition. X. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2011) applies to this acquisition. The following FAR clauses identified at paragraph b. of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995) 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755) 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 (JUNE 1998) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (June 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) The following FAR clauses identified at paragraph c. of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222.41 Service Contract Act of 1965 (NOV 2007) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (MAR 2009) 52.237-11 Accepting and Dispensing of $1 Coin (SEPT 2008) To be awarded this contract, the offeror must be registered in CCR. CCR registration information may be found at http://www.ccr.gov. XI. QUOTE SUBMISSION. Quotes are to provide the requested information in a brief manner making every effort to present information clearly and concisely. Quotes should address the requirements of the project consistent with the evaluation criteria described in this Solicitation. Lengthy narratives containing extraneous information are discouraged. All information shall be submitted in English. Quotes that do not follow the format or include documentation that is difficult to read may be rejected or may result in a lower evaluation rating. A facility contract shall be submitted with the technical and price quote, along with descriptive literature to include meeting room space, diagrams, and square footage, and menus. Quotes shall be submitted in two parts: 1) Technical and 2) Price Price: The pricing proposal should provide a total quote with a breakdown of price by meetings rooms, AV prices, technical support, and food and beverage service. The Contracting Officer will serve as point of contact for inquiries and clarifications. Any questions or comments regarding the solicitation shall be submitted in writing via email to the Contract Specialist at thomas.conheady@fms.treas.gov by 2:00 pm EST on February 13, 2011. At the discretion of FMS, FMS may provide written responses to the questions or comments as appropriate. Any such responses will be posted as an Amendment to the solicitation. Quotes are due by 1:00 pm, EST on February 17, 2011; to Thomas Conheady, via email, fax or mail. Quotes should be submitted in either Adobe Acrobat or Microsoft Word 2003. Compressed files will not be accepted. The mailing address is: Department of the Treasury Financial Management Service (FMS) Acquisition Management Division 401 14th Street, SW, Room 458B Washington, DC 20227 Email: thomas.conheady@fms.treas.gov The assigned contract specialist is Thomas Conheady at Thomas.conheady@fms.treas.gov, Phone 202 874-8191, Fax 202 874-7275 CONTRACT LINE ITEM NUMBERS (CLIN) AND SUBCONTRACT LINE ITEM NUMBERS (SCLIN): CLIN 0001 - Conference Meeting Room Requirements: One (1) general session room to be set up and available on Days One through Two from 7:00 am to 5:00 pm. The General Session Room should be spacious enough to comfortably accommodate approximately 300 people and be set up in crescent rounds style seating. A rectangular skirted table, reserved for faculty, shall be located in the front of the room to seat four people. One (1) breakout room on Day two from 7:00 a.m. to 5:00 p.m. The breakout room should be spacious enough to comfortably accommodate approximately 80 people and be set up in theater style seating. Three (3) breakout rooms on Day three from 7:00 a.m. to 5:00 p.m. The breakout rooms should be spacious enough to comfortably accommodate approximately 50 people in each room and be set up in theater style seating. Another rectangular table, reserved for DMS staff, shall be located outside the conference room shall serve as the registration table - sized to seat four people). SCLIN 0001A - TUESDAY, JUNE 14, 2011 at 7:00 a.m. - 5:00 p.m. (2) LCD projectors (4) wireless handheld microphones (1) Laptop computer (1) wireless microphone stand (2) projection screens (10x10 cradle) Head table 6' X 18" rectangular) with (4) microphones (1) VGA switcher Includes: projection cart, vga extension cable, extension cord and power strip(s) (1) wireless "lavaliere" microphone (1) sound channel mixer (12 channel) (1) AV Technician for eight (8) hours (1) sound system patch (1) stand alone podium with microphone SCLIN 0001B - WEDNESDAY, JUNE 15, 2011 at 7:00 a.m. - 5:00 p.m. (2) LCD projectors (6) wireless handheld microphones (1) Laptop computer (1) wireless microphone stand (2) projection screens (10x10 cradle) Head table 6' X 18" rectangular with (4) microphones (1) VGA switcher Includes: projection cart, vga extension cable, extension cord and power strip(s) (1) wireless "lavaliere" microphone (1) sound channel mixer (12 channel) (1) AV Technician for eight (8) hours (1) sound system patch (1) stand alone podium with microphone SCLIN 0001C - THURSDAY, JUNE 16, 2011 at 7:00 a.m. - 5:00 p.m. (3) Laptop computers Includes: projection cart, VGA extension cable, extension cord and power strip(s) (3) LCD projectors TECHNICIAN FOR FOUR HOURS (3) projection screens (8x8) tripod (1) WIFI with free internet access CLIN 0002 - Food and Beverage Services: ALL DAY PACKAGES (Tuesday, June 14, 2011 through Thursday, June 16, 2011) MEAL TYPE OF FOOD SETTING STYLE All Day Break package Chilled fruit juices, a variety of breakfast breads, fresh baked muffins, fresh bagels, assorted fruit, butter, cream cheese, regular and decaffeinated coffee, assorted teas, soft drinks, and water Buffet style, outside of general plenary room CLIN 0003 - Miscellaneous Requirements: i. The facility contractor will provide marquees identifying the location of all meeting rooms and a copy of the facility floor plan shall be made available to each conference participant. ii. Metro Accessibility. The facility conference shall be three (3) blocks from the Metro train. iii. Facility amenities that support the conference experience, above the requirements, will be considered in the evaluation of the overall technical capabilities. iv. The facility contractor management shall participate in a post-award conference planning session with the DMS planning committee prior to the conference and in preparation for the conference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/FMS/AMD/FMS-HQ-11-Q-0011/listing.html)
 
Place of Performance
Address: to be determined, United States
 
Record
SN02376327-W 20110211/110209234319-45fa07848dfa7e30aed0d59aea5a8a5a (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.