Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2003 FBO #0731
SOLICITATION NOTICE

V -- Conference Space and Related Services

Notice Date
11/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
SSA-RFQ-04-0102
 
Response Due
12/8/2003
 
Archive Date
12/23/2003
 
Point of Contact
Noreen Pleines, Contract Specialist, Phone 4109653468, Fax 4109669310,
 
E-Mail Address
noreen.pleines@ssa.gov
 
Description
The Social Security Administration (SSA) is seeking quotations for LEASE OF SPACE AND CONFERENCE SUPPORT SERVICES for the Agency?s 2004 Diversity Conference to be held on July 14-17, 2004 in Los Angeles, California. This is a combined synopsis/solicitation issued as Request for Quotation (RFQ-04-0102) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted as a simplified acquisition in accordance with FAR Subpart 13.5. The incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. This announcement constitutes the only solicitation. A written request for quotation will not be issued. The North American Industry Classification System code for this acquisition is 721110. The small business size standard is $6 million. GENERAL REQUIREMENTS: SSA will host its 2004 Diversity Conference from July 14-17, 2004. The conference is a 2?-day event from 8:30 a.m. Thursday July 15th to 1:00 p.m. Saturday July 17th. Attendees will arrive on Wednesday July 14th and depart on Saturday July 17th. Sleeping rooms are not part of this acquisition, as attendees are responsible for making their own reservations for sleeping rooms. However, the facility must accommodate the sleeping room requirements as outlined below in Mandatory Facility Requirements. The contractor shall provide all on-site meeting and dining space, catering needs (breaks and lunches that are included in the acquisition and reception and dinner that are not included in the acquisition are must be held at the facility) and Audio Visual (A/V) needs as outlined below. Catering Needs: The contractor shall provide light refreshments for morning and afternoon breaks. Morning breaks shall consist of coffee/tea and an assortment of sweet breads/pastries, etc. Afternoon breaks shall consist of soda and bottled water and an assortment of cookies, brownies, popcorn or similar items. Lunches shall consist of a ?complete hot meal? that includes soup or salad, choice of beef, chicken or fish, 1 starch, 1 vegetable, coffee and tea and a dessert. The space requirements, meal times and number of attendees for each meal are outlined in the mandatory facility requirements below. The contractor shall also provide A/V equipment as outlined in the attached document. Upon award the Government Project Officer may coordinate changes in the meal items/times/seating arrangements and/or the A/V needs provided there is no increase in the price. MANDATORY FACILITY REQUIREMENTS: The facility must: 1) be in the Los Angeles, California metropolitan area; 2) be accessible by shuttle service from LAX; 3) be accessible to public transportation; 4) be able to accommodate 1,000 sleeping rooms on the nights of July 14th, 15th and 16th; 5) be ADA compliant, including Braille on elevators and sleeping room doors and have wheel chair ramps, etc.; 6) be FEMA certified; 7) be able to provide meeting space and sleeping rooms under one roof; 8) have at least 30 suites available; 9) have exhibit space sufficient for 150 8x10 exhibit booths; 10) have at least 10 sleeping rooms with roll-in showers; 11) have at least 15 wheel chair accessible sleeping rooms; 12) include space for a reception for 1,200 attendees on the evening of July 14th from 6:00 ? 10:00 p.m.; 13) include space for a general meeting session for 1,800 attendees on the morning of July 15th from 8:30 to 11:30 a.m., on July 16th from 8:30 to 10:00 a.m. and on July 17th from 11:00 a.m. to 1:00 p.m.; 14) be able to accommodate fifteen (15) breakout rooms varying in size from 50 to 500 attendees on the afternoon of July 15th, all day July 16th, and on the morning of July 17th; 15) be able to provide space for a seated dinner for 1,500 attendees on July 15th; 16) be able to provide space for breakfast on July 15th and 16th for 800 attendees; 17) be able to provide space for lunches for 1,000 attendees for July 15th and July 16th (Breakfasts and lunches should be served in an area that is separate from the ?general session? area. Presentations by various speakers will occur during the lunch meals.); 18) be able to accommodate a morning and afternoon break with light refreshments for 900 attendees on July 15th and July 16th and a morning break only on July 17th for 600 attendees; and 19) be able to provide on-site A/V services on July 15-17th. TERMS AND CONDITIONS: The provisions of FAR 52.212-4 Contract Terms and Conditions--Commercial Items (October 2003) are incorporated by reference, except for paragraph (t) that is being tailored by eliminating it in its entirety. The contractor shall follow the requirements in the DEVIATON clause 52.204-7 Central Contractor Registration (Oct 2003) ? DEVIATION, which is incorporated in full text and is provided as a separate attachment. The following provisions at FAR Part 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items October 2003 apply to this acquisition: (b)(1), (b)(3), (b)(7), (b)(13), (b)(15), (b)(16), (b)(17), (b)(18), (b)(19), (b)(24), (b)(26) and (b)(30). FAR 52.252-6, Authorized Deviation in Clauses (APR 1984) applies. All FAR references incorporated into the contract that are not provided as an attachment can be found at www.arnet.gov. INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instruction to Offerors--Commercial Items (OCT 2003), (tailored) applies to this acquisition and is tailored as follows: paragraphs (d), (e), (h), (i) (j) and (k) are deleted in their entirety. Offerors shall provide firm-fixed prices on the Pricing Schedule which is provided as an attachment to the solicitation. If any item should be ?no charge? the offeror shall so indicate. If any item should be priced based on a sliding scale the offeror shall so indicate. Offerors shall submit a detailed listing of the menu items for each break and lunch meal. Past performance information as required by paragraph (10) shall be submitted. Past performance shall focus on events that were similar in size and nature to this requirement. Experience should have been obtained within the past five years. EVALUATION: The provisions at FAR Part 52.212-2, Evaluation--Commercial Items (JAN 1999) (tailored) apply to this acquisition: (a). The government will award, as a result of this request for quotation, to that offeror whose quote, conforming to all requirements, presents the best value to the Government, taking into consideration experience, past performance and price. To be considered for an award under this solicitation, quoters must provide firm-fixed unit prices for each line item. REPRESENTATIONS AND CERTIFICATIONS: Quoters must include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2003), with their quote. The Representations and Certifications are provided as an attachment to the solicitation. RESPONSE DATE: Responses must be submitted by 4:00 p.m. Eastern Standard Time, December 8, 2003 addressed to the Social Security Administration, Office of Acquisition and Grants, Attn: Noreen Pleines, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207, or faxed to (410) 966-9310 or emailed to noreen.pleines@ssa.gov. All responsible sources may reply.
 
Place of Performance
Address: Los Angeles, CA
Zip Code: 90071
 
Record
SN00477826-W 20031128/031126212651 (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.