Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

X -- Hotel Lodging for Training Session - Package #1

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
AG-3A94-S-11-0088
 
Point of Contact
Madonna J Montgomery, Phone: (301) 504-4228, Donna M Hardy, Phone: 301-504-2010
 
E-Mail Address
madonna.montgomery@fsis.usda.gov, donna.hardy@fsis.usda.gov
(madonna.montgomery@fsis.usda.gov, donna.hardy@fsis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Package, clauses and Statement of Work This is a combined synopsis/solicitation to negotiate a Firm Fixed Price contract for Conference/Meeting Spaces, Audiovisual Services, Catering and Sleeping Rooms for a training session to be held in the Philadelphia, PA within 10 miles of an airport. The U.S. Department of Agriculture, Food Safety and Inspection Service, (USDA/FSIS), intends to procure a venue for its PHIS Training Session that will include up to 150 participants. The conference is to be held from October 17, 2011 through October 28, 2011, with check-out on October 28, 2011. Request for proposal AG-3A94-S-11-0088 is issued in accordance with FAR subpart 12.6 entitled "Streamlined Procedures for Evaluation and Solicitation for Commercial Items". This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. USDA will only consider proposals submitted directly from hotels. NAICS Code 721110 and the small business size standard is $30 million. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-53. The contractor must be able to provide all requirements specified for conference needs listed in the attached Solicitation and Statement of Work. To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Register (www.ccr.gov) and be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at (www.usfa.fema.gov/hotel/search.cfm). Proposed facilities not listed in the CCR and FEMA lists, will be rejected as technically unacceptable. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.). Please include your FEMA number with your proposal submission. Prospective offerors are to submit a quote that includes a written proposal addressing all of the services, types of accommodations and equipment to be provided. Proposals are to include total and itemized rates/prices on ability to accommodate conference (to include location and amenities), meeting space, catering and audiovisual. A purchase order will be awarded to the offeror that poses the overall best value to the government price and other factors considered. Proposals will be evaluated based on 1) Technical merit (hotel must meet or exceed the technical requirements listed within the combined synopsis/solicitation), 2) Past Performance (the contractor shall submit information on three similar conferences held at the facility within the past two years to include the number of attendees, length of conference, contract value and point of contact from the company who can respond to questions concerning the conferences), and 3) Cost will be given more weight in the evaluation as technical proposal evaluations become closer. The government may perform a site visit that may be considered as part of the technical evaluation process. This requirement will be procured under FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice. Offerors shall provide the information required by FAR 52.212-1, Instruction to Offerors-Commercial, which is incorporated by reference. FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, must be completed and included with any and all quotes submitted in response to this solicitation. FAR Clauses 52-212-4, Contract Terms and Conditions-Commercial Items are hereby incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference. All referenced FAR clauses may be copied at www.acquisition.gov/far. Proposal should be emailed to the attention of Ms. Madonna Montgomery on Madonna.montgomery@fsis.usda.gov. All questions must be submitted in writing to Madonna.montgomery@fsis.usda.gov. No telephonic responses will be accepted. Questions are due by 10:00am EST on September 8, 2011. Proposals are due by 10am EST September 9, 2011. Oral quotations will not be accepted. DO NOT MAIL QUOTATIONS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/AG-3A94-S-11-0088/listing.html)
 
Place of Performance
Address: To Be Determined, Philadelphia, Pennsylvania, United States
 
Record
SN02566463-W 20110909/110908000554-ed2a756f71e2f656941da1e67a2eb44d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.