Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2003 FBO #0568
SOLICITATION NOTICE

X -- Lease or rental of facilities

Notice Date
6/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-03-Q-NBA28
 
Response Due
7/3/2003
 
Archive Date
7/18/2003
 
Point of Contact
Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1511,
 
E-Mail Address
sharlene.a.hagans@irs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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-03-Q-NBA28 is issued as Request for Quotation (RFQ) with 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 01-14. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $6 million. The award will be made to one offeror who fully meets the requirements for providing a Complete Meeting Package (CMP) for the Internal Revenue Service (IRS), 2003 Personnel Security and Investigations Annual Business Meeting, August 11-15, 2003, in Indianapolis, IN. The Complete Meeting Package must includes meeting space, lodging (reserved and guaranteed at the prevailing government conference lodging allowance), three meals per day, am/pm refreshments breaks, standard audiovisual equipment and full usage of all fitness and recreation facilities. Recreation facilities may include but not limited to: tennis, swimming pools, biking, volleyball and golf. Hotel/conference facility must submit a Complete Meeting Package (CMP) for the following contract line item number (CLIN): CLIN 001: Sixteen (16) single occupancy rooms for one (1) night, August 10, 2003; One hundred thirty-four (134) single occupancy rooms for one (1) night, August 11, 2003; One hundred thirty-nine (139) single occupancy rooms for one (1) night, August 12, 2003; One hundred thirty-nine (139) single occupancy rooms for one (1) night, August 13, 2003; One hundred nine (109) single occupancy rooms for one (1) night, August 14, 2003; CLIN 002: One (1) VIP room for four (4) nights, August 11-14, 2003; CLIN 003: Breakfast for one hundred forty (140) for three (3) days, August 12-14, 2003; Breakfast for one hundred twenty (120) for one (1) day, August 15, 2003; mid-morning refreshment break for one hundred forty (140) for two (2) days, August 12-13, 2003; mid-morning refreshment break for one hundred twenty (120) for one (1) day, August 14, 2003 (Mid-morning refreshment break includes: coffee, tea, sodas, and juices); Lunch for one hundred forty (140) for two (2) days, August 12-13, 2003; Lunch for one hundred twenty (120) for one (1) day, August 14, 2003; mid-afternoon refreshment break for one hundred forty (140) for three (3) days, August 11-13, 2003; mid-afternoon refreshment break for one hundred twenty (120) for one (1) day, August 14, 2003 (Mid-afternoon break includes: coffee, tea, sodas, cookies, brownies, pretzels and chips); Dinner for one hundred forty (140) people for three (3) days, August 11-13, 2003; Dinner for one hundred twenty (120) people for one (1) day, August 14, 2003; NOTE: Lunch and Dinner meals should include vegetarian selections for five (5) people; Lunch and Dinner should be banquet-style and separate from the main meeting room; CLIN 004: One (1) main meeting room to accommodate up to one hundred forty (140) people (classroom-style), August 11? August 14, 2003; CLIN 005: Standard audiovisual equipment: In-Focus (or comparable) LCD projector; laptop computer with floppy and CD drives, all connections for LCD projector, and loaded with Microsoft PowerPoint software; large projection screen; audio system with two wireless microphones; easel, pad, markers; 8?? x 11 note pad & pen for each person; on-site audiovisual technical support; CLIN 006: one breakout meeting room to accommodate 25 people on August 13-14, 2003, also equipped with audiovisual equipment (as described for main room); CLIN 007: Team-building exercise with Challenge Discovery or comparable. The hotel/conference facility grounds must be able to accommodate group inside activities such as a Team-Building ?Challenge One? program with Challenge Discovery or comparable. The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility must be within 30 minutes commuting distance of the Indianapolis International Airport. The hotel/conference facility must provide complimentary parking and transportation services to/from the airport. 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) Hotel 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. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation; will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Ability to accommodate conference and lodging during the required time frame; 2) Past performance ? Offeror must provide three (3) references of same/similar conference size that the Government may contact; 3) on-site visit and 4) price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 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 52.222-26, 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 Disability; and 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans. 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 responsible sources who can provide the above requirements shall submit written quotations no later than 15 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes must include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1511/1512 or email Sharlene.A.Hagans@irs.gov.
 
Place of Performance
Address: Indianapolis, IN
 
Record
SN00350756-W 20030620/030618213750 (fbodaily.com)
 
Source
FedBizOpps.gov 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.