Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2004 FBO #1025
SOLICITATION NOTICE

R -- President's Council on Integrity and Efficiency/Executive Council on Integrity and Efficiency

Notice Date
9/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Labor, Office of the Inspector General, Frances Perkins Building, 200 Constitution Avenue, NW, Room S5020, Washington, DC, 20210
 
ZIP Code
20210
 
Solicitation Number
OIGPCIE-0005
 
Response Due
9/21/2004
 
Archive Date
10/6/2004
 
Description
HOTEL LODGING AND CONFERENCE ROOMS 2005 PCIE/ECIE CONFERENCE (President?s Council on Integrity and Efficiency/Executive Council on Integrity and Efficiency (PCIE/ECIE)) U.S. Department of Labor, Office of Inspector General, Office of Management and Policy DESC: The U.S. Department of Labor, Office of Inspector General has a requirement for hotel lodging, catering and conference rooms for the period beginning May 9-11, 2005 for the annual PCIE/ECIE conference. Only hotels located the downtown area of Philadelphia, Pennsylvania will be considered for award. No offers will be accepted from third party vendors. Therefore, proposals from Meeting/Conference Management Services will not be considered. Requirements include: Sleeping rooms at or below the government per diem: Approximately 80 rooms Monday through Wednesday; Food and beverage service will include morning and afternoon breaks; 2 continental or buffet breakfasts; 2 buffet lunches; and, 2 dinners one buffet and one plated, but subject to changes. Must be able to provide kosher meals. Conference rooms: 1) General session for 80 crescent rounds; 2) breakout for all meals set for 80 in crescent rounds; 3) 3 breakouts to accommodate up to 20 each conference style on Tuesday only; 4) 2 boardroom to be used as an office; 5) High Speed Internet; 6) Audio-Visual Services and 7) Business Center that can support in-house meetings with general office equipment to include but not limited to photocopying, faxing and computer center. Hotels must be able to provide at one location/facility all sleeping rooms, food and beverages and conference rooms for the group, for the stated period of performance. Other considerations: transportation to a major airport and diversified, adequate and reasonable food service must be available on-site and within walking distance. Instructions: E-mail questions regarding this solicitation to wells.cheryl@oig.dol.gov by 12:00pm, Friday, September 17, 2004. Responses to questions will be available at the following web site http://www.oig.dol.gov/public/rfps/main.htm Cost proposals should not be included with the Technical proposals. The provision at FAR 52.212-1, Instructions to Offerors-applies to this acquisition. Provisions in the FAR 52.212-2, EvaluationB Commercial Items (Jan 1999)(a) To be eligible for award of this contract, the hotel must be compliant with the Hotel and Motel Fire Safety Act of 1990(PL101-391), 15 USC 2201, (Public Law 101-391) and be compliant with the Americans with Disabilities Act, 42 USC Section 12101. Offerors are to include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representations and CertificationsBCommercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following FAR clauses are applicable: 52.212-5(a) (1) and (2), 52.212-5(b), 52-212-5(c), 52.212-5(d) (1) (2) (3) and 52.212-5(e) (1) (2) (3). The FAR INTERNET address is http://www.arnet.gov/far/. Offerors shall provide 3 recent references, (within the last three years), for same or similar services. Provide proof of compliance with current regulations, laws, and provisions.(See above). Site visits may be done to evaluate proposed conference space, sleeping rooms, location of restaurants, shops, etc. Offerors shall provide cost information and certifications separate from technical information. Offerors are to include Tax Identification Number and Dun and Bradstreet number and FEMA certification number. Evaluations: Proposals/Offers will be evaluated on the following technical factors: 1) site visits. Site visits may be done to evaluate proposed facilities and services. The government will coordinate the date and time of site visits with the offeror. 2) lodging requirements described in this announcement, 3) conference rooms described in this announcement, 4) food service described in this announcement, 5) transportation to restaurants in walking distance, 6) business center support, 7) audio visual services, 8) past performance and 9) availability. Price is also an evaluation factor. It can become the determining factor for award if two or more offers are determined to be technically equal. Also, since award is being made on a Best Value basis, any additional factors that contribute to the effectiveness of this training session will be given consideration. The due date for receipt of proposals in response to RFP OIGPCIE-0005 is Tuesday, September 21, 2004. Send responses to the U.S. Department of Labor, Office of Inspector General, Attn: Cheryl Wells, 200 Constitution Avenue, NW, Room S-5020, Washington, D.C. 20210, by 3:00pm on Tuesday, September 21, 2004 E.S.T. You can email proposals to wells.cheryl@oig.dol.
 
Record
SN00672758-W 20040916/040914211852 (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.