Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2004 FBO #0986
SOLICITATION NOTICE

X -- Conference and Hotel Facilities

Notice Date
8/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
RFQ-04-095
 
Response Due
8/17/2004
 
Archive Date
8/7/2005
 
Point of Contact
David Dayton, Contract Specialist, Phone (304) 480-7142, Fax (304) 480-7203, - Susie Daugherty, Contracting Officer, Phone (304) 480-7138, Fax (304) 480-7203,
 
E-Mail Address
procurement@bpd.treas.gov, procurement@bpd.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR 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 quotations (RFQ), number RFQ-04-095. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-24. The North American Industry Classification System (NAICS) is 721110. The size standard is $6M This action is unrestricted. The Department of the Treasury, Community Development Financial Institutions Fund (CDFI) has a requirement for a Conference Center facility to provide meeting space, overnight accommodations, breakout rooms, catering, standard audio-visual equipment, use of conference center facilities, and complimentary parking for the period of November 16 ? 17, 2004 as follows: a. The contractor shall provide the use of their meeting and conference facilities for the CDFI Fund?s New Market Tax Credit (NMTC) Readers Meeting during the period November 16-17, 2004. A total of 100 participants are scheduled to attend the conference. b. The contractor shall provide support in the areas of logistical arrangements, meeting rooms, and catering services. c. The contractor shall assist the Fund in planning for the total number of rooms available during the conference. This will include, but not limited to, room set-ups, computer connection, and audio-visual requirements. Lodging The contractor shall provide guest rooms for 65 participants. Two-night stay for 65 participants from November 15, 2004 through November 16, 2004 with checkout on November 17, 2004. Guest rooms must have high-speed internet access at no additional cost. Conference Room Requirements Day 1 ? The Fund require a large meeting/orientation room in which to hold a general session that will accommodate 100 people. The large conference room shall be set-up classroom style, equipped with a podium w/microphone, and one wireless microphone to handle audience questions. The large conference room shall have a screen and LCD projector to accommodate a laptop and PowerPoint presentation on November 16, 2004. Day 2- From 9:00 AM ? 1:00 PM the Fund requires a breakout room that will support a minimum of fifteen (15) separate high-speed internet access connections. The breakout room must have a minimum of five (5) tables with chairs. Day 2- From 2:00 PM ? 5:00 PM the Fund requires a general meeting room for 75 people with classroom style seating equipped with two microphones. This room may be the same room or a different room from the morning breakout room. The Fund will consider a configuration such that we have one large general session room that can breakout into two separate rooms, however, one room must accommodate the high-speed internet requirement. The Fund will consider proposed variations in the break out room and large general session room configuration through out the meeting period. The conference space shall be available from 7:30 am. to 6:00 pm on November 16-17, 2004 to accommodate required office supplies and equipment needed for the conference Catering Requirements The following are the catering requirements: Day 1 ? A.M. continental breakfast for 100 people; P.M. afternoon snack break with coffee, beverage for 100 people; buffet style lunch for 100 people to be served on November 16, 2004. (Offeror requested to submit three (3) menu recommendations to be considered.) The Fund will host a brief reception in the large general session room or other room provided from 5:00-7:30 pm on November 16, 2004. The Fund will require heavy hors d?oeuvres and non-alcoholic beverages, as well as a cash bar for 75 people. Day 2 ? P.M. afternoon snacks, beverages, coffee for 50 people. Special requirements The hotel/conference facility must be located within a 5-block radius of a Metro-rail station. Complimentary parking must be made available for twenty (20) hotel guests/Fund personnel. Other Considerations Evaluation will include the quality and location of facilities as well as past performance. The offeror shall submit a list of three similar activities conducted from November 30, 2001 through February 28, 2004 with names and numbers that may be contacted. Quality, location of facilities and past performance, when combined, are of greater importance than cost or price. The Government reserves the right to perform a site visit of the facility prior to award of the purchase order to evaluate the overall quality of the facility and location. Offeror may submit a proposal on the entire requirement or portions of the effort. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered under authority of FAR clause 52.212-2 Evaluation-Commercial Items. Evaluation will include the quality and location of facilities as well as past performance. The Government will perform a site visit of the facility prior to award of the purchase order to evaluate the overall quality of the facility and location Offerors shall comply with the provision at 52.212-1, Instructions to Offerors-Commercial Items, and submit a sufficient description of the items being offered in order to evaluate compliance with the requirements in this solicitation. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans. 52.222-36 Affirmative Action for Works with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. To download 52.212-3 Offeror Representations and Certifications Commercial Items, visit our website at: http://www.publicdebt.treas.gov/oa/oaprocr.htm. ONLY WRITTEN QUOTATIONS WILL BE ACCEPTED. Offers must be received at the Bureau of Public Debt, 200 Third Street, UNB 4th Floor, Parkersburg, WV 26101 by 2:00PM Eastern Daylight Time on August 17, 2004. You may fax your response to David Dayton at (304)-480-7203. For information regarding this solicitation or to confirm receipt of fax, contact David Dayton 304-480-7142 or Susan Daugherty 304-480-7138. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to procurement@bpd.treas.gov.
 
Place of Performance
Address: Washington, DC
Zip Code: 20001
Country: USA
 
Record
SN00639024-W 20040808/040806213020 (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.