Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

V -- HOTEL/CONFERENCE SERVICES - Other Clauses - Commercial Items Clauses

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, District of Columbia, 20552
 
ZIP Code
20552
 
Solicitation Number
TOTS-D-10-Q-00007A
 
Archive Date
4/30/2010
 
Point of Contact
Illona M Williams, Phone: 202-906-6193
 
E-Mail Address
illona.williams@ots.treas.gov
(illona.williams@ots.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Commercial Items Clauses Cancellation, Payment, Force Majure The Office of Thrift Supervision (OTS) is seeking a hotel with the capacity to meet the following requirements in one (1) hotel: The Office of Thrift Supervision (OTS), Northeast Region, is seeking hotels in Jersey City, NJ area with the facilities to accommodate a regional staff conference. The property selected will provide guest rooms for overnight accommodations, a general session meeting room, break out meeting rooms, food and beverage services, audio visual services, and parking services. The meeting will be held on September 13, 14, 15, & 16 2010. We require overnight accommodations for 155 people on September 13, 14 and 15. OTS staff will arrive on Monday, September 13 and depart on Thursday, September 16. The meetings will begin at 1:00 PM on September 13 and conclude at Noon on September 16. OTS requires the following meeting rooms on the specified dates: One General Session room set classroom style 200 people September 13, 14, 15, 16 Six Break Out rooms set classroom style September 13, 14, 15, 16 4 set for 30 2 set for 20 1 set for 10 OTS requires the following food and beverage services for approximately 175 people as follows: September 13 PM break; Dinner September 14 Breakfast; AM Break; Lunch September 15 Breakfast; AM Break; Lunch; Dinner September 16 Breakfast; AM Break OTS requires audio-visual services in the General Session room on September 13, 14, 15 & 16. We may need audio-visual services in several of the breakout rooms. OTS requires parking services for 90 vehicles on September 13, 14, 15 & 16. Other Requirements: The hotel must: a. be compliant with the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et seq. (Public Law 101-391) and hold a FEMA certification number; b. Be compliant with the American with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA); c. Have one of the following ratings: First class or higher per the hotel and travel index; three diamonds or higher per AAA; three crowns or higher per the OAG Business Travel Planner; d. Be registered in the Central Contractor Registration (CCR) database and; hold the space on a first option basis. The proposal shall consist of three volumes: Volume I - Technical Proposal (not to exceed 25 pages), Volume II - Past Performance (not to exceed 6 pages), and Volume III - Cost/Price Proposal. The Technical Proposal (Volume I) shall include: •· Executive Summary to include any exceptions that your firm's proposal takes to the requirements specified in this synopsis/solicitation and/or the attached Commercial Items and Other Clauses. •· Technical Approach for the synopsis/solicitation requirements. The technical approach must, at a minimum, provide the following: •o description of the services to be provided; •o description of the proposed sleeping rooms and conference facilities, equipment, supplies and services;. •o Corporate Experience working with Federal Entities for the required services of similar scope and magnitude •o Understanding of Federal government cancellations and payment policies and procedures. The Past Performance (Volume II) shall include points of contact for three references for conferences of the same scope and magnitude as the above requirements and a description of each conference requirement. The Cost/Price Proposal (Volume III) shall include: •· Contractor's Duns Number •· All assumptions made to develop the price The Government intends to award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical expertise to provide comprehensive conference facilities, equipment, supplies and services. 2. Quality of proposed sleeping rooms, conference facilities, equipment, supplies, and services. 3. Corporate experience working with Federal government entities. 4. Understanding of Federal government cancellations and payment policies and procedures. 5. Past performance. 6. Total Costs Technical and Past Performance, when combined, are more important than cost. Questions regarding this requirement must be submitting in writing to Illona.Williams@ots.treas.gov no later than 2:00 PM, April 1, 2010. Verbal questions will not be accepted. The questions and answers will be posted as an amendment under this synopsis solicitation number. If your hotel can provide the services as required above, submit your proposal via email no later than 2:00 PM, April 15, 2010 to Illona.Williams@ots.treas.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OTS/PASDC/TOTS-D-10-Q-00007A/listing.html)
 
Place of Performance
Address: Jersey City, NJ area, United States
 
Record
SN02098168-W 20100321/100319235730-7ba0f4e33b4f00936a974c8b3ce2df77 (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.