Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOURCES SOUGHT

X -- CONFERENCE SPACE/HOTEL EVENTS SUPPORT SERVICES

Notice Date
3/16/2007
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC Acquisition Section, 16825 South Seton Avenue, Emmitsburg, MD, 21727, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFEEM-07-Q-0009
 
Response Due
3/23/2007
 
Archive Date
4/7/2007
 
Description
This announcement constitutes a Sources Sought Synopsis for the Department of Homeland Security (DHS), Office of Grants and Training (G&T), to identify sources capable of achieving the necessary support for the panel review process for the Assistance to Firefighter Grant (AFG) Program. The following information is provided to assist in conducting Market Research to identify potential contractors for this effort. The applicable NAICS code is 721110, which applies to establishments primarily engaged in providing short-term lodging in facilities known as hotels, motor hotels, resort hotels, and motels. The establishments in this industry may offer food and beverage services, recreational services, conference rooms and convention services, laundry services, parking and other services. The services required for this effort include (1) conference/ballroom space for the conduct of the panels; (2) securable breakout rooms or other workable space within proximity of the conference space for support of the process; (3) transportation to and from the servicing airport; (4) lodging and meals for the panelists and staff at, or in near proximity, of the conference facilities; and (5) internet connectivity to support government owned equipment. The contractor shall provide one (1) large conference room with a minimum of 6,000 square feet of space and within the proximity of the large conference room space, provide one (1) large breakout room (approximately 1,200 square feet) and four (4) additional breakout rooms (400 to 500 square feet). Alternatively, contractor could provide one large breakout room of no less than 1,600 square feet and three smaller breakout rooms (400 to 500 square feet). All space provided by contractor will be securable 24-hours-a-day and will be wired for hard Internet connections or have access to a wireless connectivity to the Internet. The government will provide its own equipment, which will be distributed throughout the conference space and breakout rooms. The government will provide 25 computers, five high-speed printers, two fax machines, and a copier. Each of the breakout rooms provided by the contractor will be equipped with at least one phone with external phone service. The contractor shall provide lodging for 360 to 380 attendees for a five (5) day period between the dates of May 15, 2007 through June 30, 2007. Participants will arrive on Sunday and depart at noon on Friday. If lodging is not within the immediate facilities of the contractor, the contractor must assure transportation between the off-site lodging and the conference facilities. The required contractor services shall be billed under the resultant task order. However, participants will be required to present a credit card upon check-in for payment of any incidental personal costs such as phone, movies, room service, etc. The contractor shall provide buffet-style meals (three per day Monday through Thursday; dinner only on Sunday; breakfast and lunch only on Friday) throughout the panel process. The contractor shall provide healthy, light snacks for morning and afternoon breaks for the participants. The contractor shall provide banquet space for the meals (in addition to the space designated above for breakout rooms) within proximity of the conference room. As stated above, the required contractor services for meals shall be billed under the resultant task order. The contractor shall provide a shuttle service or some other alternative to transport attendees between the local servicing airport and the hotel. Any existing shuttle service may need to be enhanced during the bulk of the arrivals on Sunday afternoon and for departures on Friday. All interested sources must submit three (3) copies of a capability statement which demonstrates that they have the capacity and ability to meet the requirements as stated above with any exceptions being clearly noted. The capability statement shall identify all available dates for conference room space and lodging space between the timeframe specified above (May 15, 2007 through June 30, 2007) and shall indicate whether or not the government per diem rate for lodging and meals will be offered. If lodging is not provided within the same proximity as the conference room space, provide information on shuttle bus service or other alternative transportation arrangements. Also, indicate whether your company is a small business concern in accordance with applicable NAICS code or if company is a large business. The small business size standard is $6.5 million. Capability statements, along with requested information above, shall be submitted to Cindy Adams via email by March 23, 2007. Email address is: cindy.adams@dhs.gov Point of Contact: Cindy Adams, Contract Specialist Phone No. (301) 447-1221
 
Place of Performance
Address: TO BE DETERMINED
Zip Code: 21727
Country: UNITED STATES
 
Record
SN01252831-W 20070318/070316220429 (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.