Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2006 FBO #1810
SOLICITATION NOTICE

X -- Lease or Rental of Facilities

Notice Date
11/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRNO-07-Q-00010
 
Response Due
11/14/2006
 
Archive Date
11/29/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-07-Q-00010 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Subpart 13.5, Test Program for Certain Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $6 million. The award will be made to one offeror who fully meets the requirements for providing a Complete Meeting Package (CMP) for the Internal Revenue Service (IRS) 2007 ?One Modernization & Information Technology Services (MITS)? Leadership Conference, May 7-10, 2007. The award will be made on an all or none basis. The Complete Meeting Package must include meeting space, lodging (reserved and guaranteed at the prevailing government conference lodging allowance), two meals per day (dinner & breakfast), am/pm refreshments breaks, state-of-the-art audiovisual equipment and access to a business center with copier capabilities. Requirements: Lodging - (4) single occupancy rooms on May 6, 2007; (300) single occupancy rooms for two (2) nights, May 7-8, 2007; (325) single occupancy rooms for May 9, 2007; and (175) single occupancy rooms on May 10, 2007; Meeting Space - Office Space to accommodate up to 12 people (perimeter tables) with (2) speakerphones and (6) wired, high-speed internet connections, May 7-10, 2007; General meeting room to accommodate up to 300 people (seating in classroom style), May 7?10, 2007; (8) breakout rooms to accommodate up to 60 people each (set-up style to be determine), May 7-10, 2007; (1) meeting room to accommodate up to 20 people with (12) wired high-speed internet connections, May 7 -10, 2007; Food/Beverages - Breakfast and Lunch for up to 325 people, May 8-9, 2007; One (1) breakfast for up to 325 people, May 10, 2007; One (1) lunch for up to 325 people, May 10, 2007; Two (2) refreshment breaks (mid-morning and mid-afternoon) per day for up to 325 people, May 8-10, 2007. Mid-morning refreshment break includes: items such as coffee, tea, sodas, juices, pastries, and fruit; mid-afternoon break includes: items such as coffee, tea, sodas, fruit, cookies, brownies, pretzels and chips; Award dinner for up to 325 people, May 9, 2007; Audiovisual: The conference requires audiovisual equipment and support. In addition to the equipment, the IRS will need personnel to set up the site; be on-site throughout the four-days to run the equipment and trouble shoot any problems that might arise during the conference, as well as take down the equipment after the conference. Audiovisual equipment (subject to change) may include: (8) 8x8 screen for each breakout room, May 7-10, 2007; (1) wireless microphones in each breakout rooms, May 7-10, 2007; (1) 10x12 screen for general meeting room, May 7-10, 2007; (4) wireless handheld microphone for general meeting room, May 7-10,2 007; (6) lavaliere microphones for general meeting room, May 7-10, 2007; Stage w/3 ft. risers, 15ft x 20ft, with two sets of steps, podium w/microphone on stage left and lights for the podium and the panel areas of the stage. Backdrop is black pipe and drape; 16 channel mixing console; (6) 2-way radios; digital video camera to record all general sessions on DVD, throughout general session the IRS will require image magnification on the screens in the general session room; (2) powered speakers on each side of the stage; up to 55 ft of running drape around screens and behind stage; VGA distribution amplifier; speakers on either side of the stage; large screen monitor on or just in front of the stage; and (1) wireless mouse. The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility must provide complimentary parking; (5) rooms at reduced staff rate; (10) suite upgrades at room rate; (5) rooms with complimentary internet access; (1) complimentary room for every 50 room nights. The conference facility must be at least 150 miles but no more than 200 miles of the Internal Revenue Service, Washington, D.C. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meeting the following 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 is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.dhs.gov/applications/hotel/ (2) the facility must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se (ADA). (3) The facility must have one of the following quality ratings: First class or higher per OAG Business Travel Planner; or Three diamonds or higher per AAA. (4) Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov). The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation; will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Ability to accommodate conference and lodging during the required time frame; 2) Past performance ? Offeror must provide three (3) references of same/similar conference size that the Government may contact; and 3) price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer ? Central Contractor Registration. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 7 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes must include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1534/1533 or email Sharlene A. Hagans@irs.gov.
 
Record
SN01178559-W 20061110/061108221235 (fbodaily.com)
 
Source
FedBizOpps 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.