Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2005 FBO #1430
SOLICITATION NOTICE

X -- Lodging Accomodations with Conference Room Availability

Notice Date
10/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, DC, 20503
 
ZIP Code
20503
 
Solicitation Number
USTR-06-0001
 
Response Due
11/2/2005
 
Archive Date
11/17/2005
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will NOT be issued. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2001-01. The NAICS is 721110 and the Small Business Size Standard is $5 million. The NAICS is 721110 and the Small Business Size Standard is $5 million. The Office of US Trade Representative intends to block sleeping rooms, procure meeting space, food and beverage, audio-visual and/or internet capability for the November 2005, USTR Negotiating Sessions. The Office of the U.S. Trade Representative is in need of the following accommodations to host one of its negotiation sessions: meeting space, sleeping accommodations, food and beverages, audio-visual (a/v) equipments and/or internet capability. All food and beverage, meeting space rental, and audio visual charges will be paid by one contract; sleeping accommodations will be paid by individual attendees, and shall not be included on any proposals to this office. The number of attendees provided is approximately 1000. The final count will be provided two weeks prior to the event. Desired dates are November 13-22, 2005. The desired meeting facility will be located near and/or have accessibility to Metrorail services. Multiple hotels and/or meeting facilities may be offered by one contractor with facilities that are not further than a 50 miles radius of our offices at 600 17th Street, NW, Washington, DC. Meeting Space Requirements: Twenty one meeting rooms are required as follows: 2 rooms to seat 60 persons each in hollow square 3 rooms to seat 40 persons each in hollow square 3 rooms to seat 30 persons each in hollow square 3 control rooms to hold up to 50 persons with equipment 1 control room to hold up to 20 persons with equipment 1 control room to hold up to 70 persons with equipment 1 room to hold 200 persons in rounds 2 rooms to hold 125 persons each in rounds 2 rooms to hold 200 persons each in rounds 3 rooms to hold 50 persons each in rounds It is not anticipated that any other a/v equipment is needed in these rooms. All control rooms, i.e., business office, must be large enough to accommodate a printer, computers, a copier, shredder, and fax machine. The government will provide all equipment except the copiers. The control rooms must have Broadband internet and at least one static IP address to accommodate Voice over IP. These rooms will be used from 8:00am on Sunday, November 13, and will be used on 24 hours hold through Tuesday, November 22. A minimum of two keys will be required for each control room for the duration of the negotiations. Sleeping Room Requirements: The Contractor shall provide sleeping room nights as follows at the Government per diem rate: Sunday (Nov. 13) 700; Monday (Nov. 14) 700; Tuesday (Nov. 15) 700; Wednesday (Nov. 16) 700; Thursday, (Nov. 17) 700; Friday (Nov. 18) 700; Saturday (Nov. 19) 700; and Sunday (Nov. 20), Monday (Nov. 21) 700. Individuals will pay for sleeping rooms with credit cards at government per diem rate. The contractor shall set up the room block to enable delegates to call in their reservation, provide a rooming list, or provide on-line reservations. Food and Beverage Requirements: The contractor shall provide food and beverage services based on the number of attendees, for the following: Continental breakfast including coffee/tea, pastries and juice on Monday, Nov. 14 ? Tuesday, Nov. 22 for approximate 800 persons per day; Continental breakfast including coffee/tea, pastries, and juice. Continental breaks to be provided in a common central area of the meeting space. Audio-Visual Equipment Requirements: A copier may be needed in each of the five control rooms for 8 days. The Government may receive quotations are for standard a/v equipment including a LCD projector and screen, however, we do not anticipate the actual need at this time. This requirement will be presented as Option #2. 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 be compliant with American Central Contracting Registry (ADA), 42 U.S.C. Section 12101 et. Seq. 3. Hotel must be registered in Central Contracting Registry (CCR) (www.pbn.gov). FAR 52/212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications ? Commercial, Offer Representations and Certifications - Commercial Items, (NOTE ? offers are to submit completed copy with their offer, clause is attached to this combined synopsis/solicitation); FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items. In accordance with FAR 52.204-7? Central Contractor Registration? Successful offeror MUST be registered in CCR before award can be made. EVALUATION: FAR 52.212-2 --- EVALUATION COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract(s) resulting from this solicitation to the responsible offeror (s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: Lodging Rate - $___________/night Meeting Rooms (based on 80% pickup of room block) 25 General Session Room - $_____________/room/day 7 Negotiation Breakout Room -$_______________/room/day 6 Negotiation Breakout Room - $_______________/room/day 2 Ad Hoc Breakout Room - $_______________/room/day 5 Control Room - $________________/room/day Reception Room - $______________ (Note: Appropriately sized and location of meeting space may be further evaluated. Option #1 -Catering Menu Prices - Please submit as separate attachment; including pricing for Option #1. Comparable meal selections will be further evaluated. If any discount off catering prices will be offered, please indicate the discount percentage here - ____%. Option #2 ? Copier Rental $___________room/day Site visit to be conducted by Contracting Office. Indicate any additional special considerations provided. As proposals become more equal in the lodging rate and meeting rooms rates provided, the special considerations become more important. _____________________________________________________ _____________________________________________________ _____________________________________________________ _____________________________________________________ QUOTATIONS: DUE November 2, 2004, by 4:00 pm local time. Submit e-mail quotations to Cynthia_R._Tarr@oa.eop.gov or fax quotations to (202) 395-3982. The contract shall require that tax exempt forms be accepted, if applicable.
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20503
Country: US
 
Record
SN00920179-W 20051026/051024212046 (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.