SOLICITATION NOTICE
V -- HOTEL/ CONFERENCE SERVICES - 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-00006A
- 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
- Other Clauses: Force Majure and Cancellation Commercial Items Clause The Office of Thrift Supervision (OTS) is seeking hotels with the capacity to meet the following requirements in one (1) hotel: 1. Conference Locations: St Louis, MO OR Chicago Il (Downtown); OR Suburban Chicago, IL. 2. Conference Dates: August 30, 31, September 1, and 2nd, 2010 OR September 20-23, 2010. Check-in noon Monday and check-out noon Thursday. 3. Hotel Sleeping Rooms Needed: St. Louis, MO - 170 rooms for 2 nights, 180 rooms for 1 night totaling 520 room nights. In Chicago area (Downtown OR Suburban) - 150 rooms for 2 nights, 180 rooms for 1 night totaling 480 room nights. 4. Meeting Rooms Required: One meeting room for 200 attendees for four (4) days and f our (4) break-out meeting rooms for 50 attendees for 2 days. 5. Audio Visual Requirements: Microphones, computer set-up, screens, podium, microphones. 6. Catering Requirements: a. Breakfast - three (3) mornings for 180 people; b. Breaks - three (3) morning and three (3) afternoon breaks for 180 people; c. Reception - one (1) early evening for 180-185 people; d. Dinner - one plated sit-down dinner for 180 people; and e. Lunch - two (2) days for 180 people. 7. Parking Requirements: St Louis will require parking facilities for up to 20 cars; Chicago will require parking facilities for up to 50 cars. 8. Hotel Location: The hotel must be within walking distance and/or easy transit distance (1 mile) of community resources such as churches, parks, and retail (stores/shops/services) recreation and entertainment venues. 9. 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; c. Be registered in the Central Contractor Registration (CCR) database and hold the space on a first option basis. At this time, the OTS has not decided on a location or dates. If you can only provide services in one of the locations and/or one of the specified timeframes, insure that your proposal clearly spells out which location and time frame the proposal addresses. 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 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 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 will 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 b 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. Hotel Location 4. Corporate experience working with Federal government entities. 5. Understanding of Federal government cancellations and payment policies and procedures. 6. Past performance. 7. 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 in any of the possible locations and dates, 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-00006A/listing.html)
- Place of Performance
- Address: St. Louis, MO OR, Downtown, Chicago, IL OR, Suburban Chigo IL, United States
- Record
- SN02098195-W 20100321/100319235749-483c86ad3e288d5bc90f36b90106187c (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 |