Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

X -- FACILITY TO HOST TECHNICAL ASSISTANCE PROGRAM SEMINAR

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer & Administrative Services, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, DC, 20507
 
ZIP Code
20507
 
Solicitation Number
RFQ050037
 
Response Due
3/30/2005
 
Archive Date
4/14/2005
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 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 will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This solicitation is considered an unrestricted procurement. The Equal Employment Opportunity Commission (EEOC) has a requirement for a contractor to provide a full service training facility to host a two (2) day Technical Assistance Program (TAP) Seminar with an anticipated attendance of a minimum of 200 participants with a maximum of up to 250 participants per day. To be eligible for consideration, the contractor?s facility for the seminar must be located within one of the following areas and postal zip codes: Chicago, IL - 60601, 60603, 60610,60611; Arlington Heights, IL - 60004, 60005; Deerfield, IL - 60015; Itasca, IL - 60143; Lincolnshire, IL - 60069; Oak Brook, IL - 60523; Oak Brook Terrace, IL - 60181; and Schaumburg, IL - 60173 and 60195. The EEOC contemplates the award of a Firm-Fixed-Price Contract. CLIN 0001. Rental of Conference Room Meeting Space - 2 days each (See room setup below); CLIN 0002. Rental of Audio Visual Equipment - 2 days each (See list of audio visual equipment below); and CLIN 0003. Food and Beverage Services - 2 days each (See list of food and beverage below). The following dates are in order of preference for the 2 day TAP Seminar: Any 2 weekday combination between June 7, 2005 and June 30, 2005 or July 11, 2005 and September 1, 2005. First choice is a Tuesday-Wednesday combination. Second choice is a Wednesday-Thursday combination. Each day the itinerary for the seminar will include the following: Registration and continental breakfast between the hours of 7:30 a.m. and ending at 9:00 a.m. The seminar will start at 9:00 a.m. and end at 5:00 p.m. A contract will be awarded to a responsible vendor whose quotation represents the best value to the Government. Any responses received from other than a hotel conference facility will be eliminated from any consideration for award. Interested parties must indicate in their response whether they accept payment via Government-wide commercial purchase card. Conference Meeting Space Requirements: One large room for a maximum of up to 250 participants, with classroom seating for up to 250 participants between the hours of 8:00 a.m. and 5:00 p.m. This room shall include 2 tables with four chairs, situated at the front of the room equipped with podium and microphone on a riser, as well as two hand-held cordless microphones for the large room. There shall be sufficient space at the back of the room to place additional chairs, if needed. The room must have a suitable sound system so all participants may hear and ask questions of the speakers. Registration table(s) with eight chairs positioned outside the large room for seminar registration purposes which will occur between 7:30 a.m. and 9:00 a.m. Continental Breakfast. To be served between the hours of 7:30 a.m. and 9:00 a.m. (i.e., a selection of croissants, Danish pastries, muffins, and freshly brewed coffee, decaffeinated coffee, tea and assorted fruit juices). Morning Break: To include at a minimum, a refresher of coffee service to be served between the hours of 10:30 a.m. and 10:45 a.m. All interested parties shall provide a recommended list of beverages and snacks and their related prices when responding to this RFQ. Lunch: A sit-down business luncheon to be served between the hours of 11:45 a.m. and 1:15 p.m., provided in a room large enough to accommodate up to 325 participants with a minimum of 275 participants seated at round tables other than the room used for general session. Luncheon should include appropriate condiments and served with coffee, decaffeinated coffee and tea (iced or hot). All interested parties shall provide various recommended lunch menus, with prices per person when responding to this RFQ. Afternoon Break. To include, at a minimum, assorted soft drinks and bottled water to be served between the hours of 2:30 p.m. and 2:45 p.m. All interested parties shall provide a recommended list of beverages and snacks and their related prices when responding to this RFQ. Audio visual requirements are as follows: Two (2) podiums with microphones, two (2) hand-held cordless microphones, four (4) lavaliere microphones, one (1) microphone mixer, one (1) 10' projection screen, one (1) movable cart with electrical connections and cords to accommodate EEOC?s LCD projector and laptop computer which EEOC plans to use. The vendor shall provide technical assistance in setting up the sound system and AV equipment to assure that all registrants can hear and see all presentations. General Facilities Requirements: The following requirements for the training facility are specified in terms of minimum requirements. There should be adequate parking spaces for all participants. All facilities, including rest rooms and audio-visual equipment, must be fully accessible to individuals with disabilities. Accommodations for disabled individuals may include, but are not necessarily limited to, wheelchair ramps and accessible parking spaces, elevators, sound systems, and aisles. Meeting Rooms: The general session should be arranged classroom style with chairs and tables for writing and handouts. Furniture: Chairs tables and desks of sufficient size (minimum of 4 sq. ft) and in acceptable condition shall be available. Acceptable condition means that the furniture is not broken, soiled, rusted or damaged in any way that would injure the individual or damage clothing. Notice: The aisle space, including the space between tables and desk, need to be accessible for persons in a wheelchair. Sound Acoustics: Walls should be constructed in such a manner that they confine inside sound and reduce or prevent the transmission of extraneous sound. Meeting room and luncheon areas should be equipped with a working sound system which may be controlled by the speaker that projects equally to all areas of the room. View of Speaker: Rooms should be configured to allow every participant a clear view of the speaker and all visual aids. View of Projection Screen: When the projection screen is in use, each participant should have a clear view of the screen when it in use. Lighting: Rooms should be well lit to accommodate extensive reading and writing. Lighting should be uniform and should not produce a glare. Ventilation: Heating and air conditioning should provide a comfortable level of air quality and room temperature when rooms are at the maximum capacity. Food and Beverage: All food and beverage services need to be located in areas accessible to individuals with disabilities. The luncheon should be arranged so that all individuals can be seated and served sufficiently. Secured Storage: The contractor shall provide for the receipt and accommodation of Government Furnished Material(GFM) (i.e., TAP seminar instruction manuals and printed material prior to the scheduled seminar). The contractor shall store the GFM received in a secure place accessed only by the designated Contracting Officer Technical Representative (COTR). Submission of Quotation: Your quotation in response to RFQ050037 is due March 30, 2005, 3:00 p.m. EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, D.C. 20507 Attn: Gregory Browne, Contracting Officer. A quotation submitted via e-mail addressed to gregory.browne@eeoc.gov will be accepted. Evaluation factors for award: The following factors shall be used to evaluate quotes: technical, price and past performance. Technical and past performance when combined are more important than price. Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the vendor?s initial quote should contain the vendor?s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contractor Officer later determines them to be necessary. Period of Performance: The period of performance under this contract is from the effective date of award through six (6) months. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.222-21, Prohibition Of Segregated Facilities. Clause 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer. Original Point of Contact Gregory Browne, Contract Specialist, Telephone No. (202) 663-4292, Fax No. (202) 663-4178, Email Address: gregory.browne@eeoc.gov.
 
Place of Performance
Address: , Chicago, Il; Arlington Heights, IL; Deerfield, IL; Itasca, IL; Lincolnshire, IL; Oak Brook, IL; Oak Brook Terrace, IL, or Schaumburg, IL.,
Zip Code: 60661
Country: US
 
Record
SN00775035-W 20050325/050323213641 (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.