Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

X -- Lease or rental of facilities

Notice Date
7/10/2007
 
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-7-Q-FOA32
 
Response Due
7/19/2007
 
Archive Date
8/3/2007
 
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- TGP00 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 2005-17. 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 total of 1600 guest rooms (reserved and guaranteed at prevailing government rate; individually paid by IRS employees/guests) and conference facilities to include general meeting room, breakout rooms, office space, audiovisual equipment and light refreshments as specified below for the Internal Revenue Service (IRS), 2008 Chief Counsel All Attorney Continuing Learning Education (CLE) Training. The training will be held August 11-15, 2008 in Atlanta, GA. The hotel must have a full service business center and an in-house contract audiovisual service that can provide state of the art equipment and support throughout the training. This requirement is SUBJECT TO THE AVAILABLITY of FY 08 funds. Hotel shall provide a quotation for the following contract line item number (CLIN): CLIN 001: one (1) general session room with standard table and chairs to accommodate up to 1600 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 002: one (1) breakout room with standard table and chairs to accommodate up to 500 participants (rounds) for five days (8/11/08 - 08/15/08); CLIN 003: one (1) breakout room with standard table and chairs to accommodate up to 300 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 004: one (1) breakout room with standard table and chairs to accommodate up to 150 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 005: four (4) breakout rooms with standard table and chairs to accommodate up to 85 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 006: two (2) breakout rooms with standard table and chairs to accommodate up to 80 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 007: three (3) breakout room with standard table and chairs to accommodate up to 75 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 008: one (1) breakout room with standard table and chairs to accommodate up to 60 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 009: five (5) breakout room with standard table and chairs to accommodate up to 50 participants (rounds) for five days (8/11/08 - 8/15/08); CLIN 010: two (2) breakout rooms with standard table and chairs to accommodate up to 40 participants (classroom style) for five days (8/11/08 - 8/15/08); CLIN 011: twelve (12) breakout rooms with standard table and chairs to accommodate up to 30 participants (classroom style) for five days (8/11/08 - 8/15/08); CLIN 012: two (2) breakout rooms with standard table and chairs to accommodate up to 20 participants (classroom style) for five days (8/11/08 - 8/15/08); CLIN 013: one (1) office/prep room for five days (8/11/08 - 8/15/08); CLIN 014: one (1) hospitality suite for five days (8/11/08 - 8/15/08); CLIN 015: AUDIO-VISUAL REQUIREMENTS for five (5) days (8/11/08 - 8/15/08) - Each of the 35 rooms need to be set with (2) wireless microphones; LCD projectors; laptop computer with power point; screens appropriate for room size; channel mixers; flipcharts; easel; head table and podium. In addition, the general meeting room and two (2) breakout rooms (seating capacity of 500 and 300 participants) need to set with DVD capability, (5) table microphones, LCD projector with 10,000 lumens, dedicated audio-visual technicians. Office space need to be set with (2) desktop computers; (2) LaserJet Printers; (1) high speed copier that can staple, whole punch, and copy double-sided. WIRED Internet in (5) five locations/rooms. CLIN 016: LIGHT REFRESHMENTS - Two (2) refreshment breaks (mid-morning and mid-afternoon) per day for up to 1600 people (8/11/08 - 8/15/08). 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. The meeting rooms MUST be available for use twenty-four (24) hours per day. The conference facility and lodging MUST be housed in the same facility. 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 must hold a FEMA Certification Number (See FEMA http://www.usfa.fema/gov/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; 3) on-site visit and 4) 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 10 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) 283-1365 or email Sharlene.A.Hagans@irs.gov.
 
Record
SN01338588-W 20070712/070710221625 (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.