SOLICITATION NOTICE
V -- DHS Human Capital Strategic Leadership Conference
- Notice Date
- 8/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSHQDC-07-Q-00347
- Response Due
- 8/23/2007
- Archive Date
- 9/7/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation, HSHQDC-07-Q-00347, is being issued as a Request for Quotation (RFQ). Quotes are being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 05-18 are incorporated into this RFQ. This requirement is an 8(a) set-aside with a North American Industrial Classification System (NAICS) code of 721110 and shall be administered as a ?Firm-Fixed Price? type contract. If you have questions regarding this requirement, please submit your inquiries, via email, no later than 2:00pm Washington, D.C. time, August 14, 2007 to Mr. Bernard Salter Jr. For any Freedom of Information Act (FOIA) related issues and requests, quoters should access the following link: http://www.dhs.gov/xfoia/editorial_0316.shtm. A. BACKGROUND The Department of Homeland Security (DHS), Office of the Chief Human Capital Officer (OCHCO), Human Capital Strategic Leadership Conference provides a time for the DHS human capital community to achieve a strategic approach for creating a Department-wide human capital platform, including goals, commitments and timelines. During this offsite, critical decisions will be made concerning the strategic use of organization resources, both human and monetary, as the agency works to institutionalize the "Team DHS" concept. The agenda includes the following activities: a) celebration of FY07 Human Capital Operational Plan (HCOP) successes; b) revalidating FY08 HCOP+, which is needed for completion of the HR Directors? FY08 performance plans; c) begin planning for development of the FY09-13 Human Capital Strategic Plan (HCSP), as preparation for the January 2008 conference; and d) socializing the Human Capital Planning Framework (HCPF). B. PURPOSE The purpose of this acquisition is to obtain the use of conference facilities for a two day DHS OCHCO Human Capital Strategic Leadership Conference, in the Washington, DC metropolitan area. The event--the DHS OCHCO Human Capital Strategic Leadership Conference ? will commence on Tuesday, October 23, 2007 at 7am EST and end on Wednesday, October 24, 2007 at 5pm EST. The OCHCO will arrange the substantive event program, meeting agenda as well as coordinate all conference planning. The objective of the DHS OCHCO Human Capital Strategic Leadership Conference is to allow OCHCO to conduct a two day strategic human capital conference for Human Capital and Training Leadership DHS-wide. C. OBJECTIVE(S) The objectives of this acquisition include: 1) Obtain meeting space for the 2007 DHS OCHCO Human Capital Strategic Leadership Conference 2) Identify an available facility that meets requirements for: - Specified dates ? October 23-24, 2007 (e.g. availability for the number and level of participants) - Location (e.g. immediate access to downtown, Washington, DC. Not more than 15 miles from the DHS OCHCO offices at 1201 New York Ave NW, Washington, District of Columbia, 20005) - Specific Continuity of Operations Plan (COOP) staff (e.g. security and access points for response and deployment purposes) - Immediate accessibility to Washington Metropolitan Area Transit Authority (WMTA) Metro Rail System ? METRO (e.g. access within a five minute walk to Metro stop entrance). - Specified meeting times, including availability to meeting space on Monday, October 22, 2007 for set up. D. SCOPE Proposed High-level Agenda shall include: 1) Celebrate FY07 HCOP Successes 2) Revalidate FY08 HCOP+ commitments 3) Begin planning for development of FY09-FY13 Human Capital Strategic Plan 4) Socialize the Human Capital Planning Framework (HCPF) E. SPECIFIC REQUIREMENTS E.1. Location/Facility Requirements are as follows: The conference facilities should be located in the Washington, DC metropolitan area. The property should be accessible via automobile or METRO rail for all attendees based in the Washington, D.C. metropolitan area but equally accessible via air transport for those few attendees who must fly in for the event. As well, the facility must be able to meet the following requirements: 1) Specified dates --10/23-24, 2007 (with accommodations based on an approximate number of participants totally 100). Note: These are firm dates and must be met in order for consideration of award 2) Location -- access to downtown/proximity to DC; not more than 15 miles from the DHS OCHCO offices at 1201 New York Ave NW, Washington, District of Columbia, 20005 3) Continuity of Operations Plan (COOP) staff (meets security and access points for response and deployment purposes) 4) Immediate accessibility to Washington Metropolitan Area Transit Authority (WMTA) Metro Rail System (within no more than a five minute walk to METRO strop entrance). And, as appropriate, comply with the Federal travel regulations mandating a minimum distance away from one?s duty station as a requirement for overnight stays. A property within close proximity to an airport is also desirable. E.2. Meeting Space Requirements are as follows: The contractor must reserve/provide the following rooms for both days -- Tuesday, October 23, and Wednesday, October 24, 2007: 1) One general session meeting room with tables and chairs (classroom or rounds) to accommodate no more than 100 participants comfortably with additional space to comfortably accommodate: a) podium for guest speaker, allow for a ?panel? presentation of up to nine executives, and administrative and support staff. 2) Two break-out meeting rooms with tables and chairs (rounds) to accommodate 30 persons (each) comfortably, and a podium for guest speaker/s that shall be available from the entire duration, 10/23-24/2007. 3) Meeting Rooms will be in use and set up for two days: Tuesday, October 23, 2007 through Wednesday, October 24, 2007, estimated start time both days, 7am EST. 4) Administrative set-up/storage room to house the conference materials, available on Monday, October 22, 2007. 5) Access to the general meeting room and break out rooms on Monday, October 22, 2007 for set-up. E.3. Audiovisual and other Equipment Requirements are as follows: 1) The contractor must provide equipment including: Flip chart package - paper, flip chart stands, easel and markers for the duration of the conference from (10/23-24/2007). 2) The contractor must also provide the following, included but not limited to, according to the A/V pricing schedule: - LCD In-Focus projector package (projector, cables, cords, etc.) - Projection screen - Wired Lavaliere microphones (podium) - UHF wireless Lavaliere or handheld microphones - Table top microphones (for panel discussion) - Audio mixer (for more than two table top microphones) - Internet access in meeting room/s - Additional power stripes and cords - Onsite technical support F. CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 05-18 are applicable to this procurement: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS, 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, The Contractor shall comply with following clauses, as indicated within the respective sections of paragraph b of this provision: (14) 52.222-3, CONVICT LABOR; (16) 52.222-19, CHILD LABOR; (17) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (18) 52.222-35, EQUAL OPPORTUNITY; (19) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (20) 52.222-39, EMPLOYMENT REPORTS ON SPECIAL VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS, and; (32) 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER____Other than CENTRAL CONTRACTOR REGISTRATION; 52.232-18, Availability of Funds; 52.252-2, CLAUSES INCORPORATED BY REFERENCE; The following Department of Homeland Security Clauses: HSAR Clause 3052.209-70 PROHIBITION ON CONTRACTS WITH EXPATRIATES; HSAR Clause 3052.215-70, KEY PERSONNEL OR FACILITIES; HSAR Clause 3052.242-71, DISSEMINATION OF CONTRACT INFORMATION; HSAR Clause 3052.242-72, CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE; HSAR Clause 3052.237-71, The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far (FAR clauses) and http://farsite.hill.af.mil/vfhsar1.htm (HSAR clauses) G. Participants shall include a completed copy of the provision at 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with quote. H. EVALUATION FACTORS Proposals submitted in response to this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations, however, since the dates are firm (October 23-24, 2007), the contractor must be able to meet the date requirement as a minimum requirement in order to be considered for selection. The price quote and the technical quote must be separate. Technical Quote: The technical quote should include details describing the contractor?s ability to provide each of the service requirements and objectives listed in this Combined Synopsis/Solicitation. The technical quote submission shall be limited to 10 one-sided pages (inclusive of cover pages, charts, graphs, tabs, etc.) and the past performance section shall be limited to 2 one-sided pages (also inclusive of cover pages, charts, graphs, tabs, etc.) The price quote has no page limitations. All quotes should be provided with a cover page and table of contents for both the Technical and the Price sections. No pricing information is to be provided within the quoter?s technical quote. The font for submissions shall be set at Arial [no smaller than] 11 with 1 inch margins. All responses shall be submitted in MS Word. Price Quote: Quoters must include a breakout of cost by day, as well as a total cost. The prospective contractor must include the cost summary sheet with their price proposal for the proposal to be considered by the selection committee. The U.S. Department of Homeland Security is a tax-exempt entity; prospective contractors should not include taxes in their price proposals. Quoters should include in their quotes all procedures, deadlines, and cut-off dates for reservation of lodging, check-in and check-out times, final notification of number of participants for meal and meeting space needs, final decisions on food service (including special dietary needs), cancellation policies, liability disclaimers, etc. Quoters should also provide all requirements regarding payment, specifically amounts/dates (i.e., deposits, final payments, etc) for reservations. Please note that funding for this acquisition is not currently available and any award will be subject to availability of DHS funds. Please refer to FAR Clause 52.232-18, ?Availability of Funds.? The Department of Homeland Security will select the contractor, whose offer provides the best value to the government, considering primarily technical factors and secondarily price. Award may be made without discussion. I. SUBMISSION OF QUOTE All quotes, both technical and price, are due no later than August 23, 1:00pm, Washington, D.C. time. Quotes are to be e-mailed to Mr. Bernard Salter, Jr. at bernard.salter@dhs.gov. Faxed quotes will not be accepted. Please note that any administrative costs or expenses incurred by quoters in responding to this solicitation are NOT reimbursable by the government. The Contracting Officer may at any time, via amendment to this RFQ, alter acquisition strategy, readdress the requirement, or effect administrative changes as he or she deems necessary. DHS may, at its own discretion, reject quotes that are determined to be non-responsive with respect to the requirements provided within this Combined Synopsis/Solicitation.
- Place of Performance
- Address: To Be Determined
- Zip Code: 20528
- Country: UNITED STATES
- Zip Code: 20528
- Record
- SN01377496-W 20070820/070818220308 (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 |