Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
SOLICITATION NOTICE

99 -- Hotel rooms in Washington DC Metropolitan Area

Notice Date
3/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, District of Columbia, 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-11-OCFO-TRAINING
 
Point of Contact
Michelle Croan, Phone: 202-564-3342
 
E-Mail Address
croan.michelle@epa.gov
(croan.michelle@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and Subpart 13.106 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The U.S. Environmental Protection Agency hereby gives notice of its intent to competitively award a firm, fixed price Purchase Order to obtain lodging, as detailed below. Any firm believing itself to be capable of meeting EPA's requirement, as stated within this notice, may submit a quote, which, if received by the response date of this announcement shall be considered. Prospective sources are reminded that an award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database in accordance with FAR 4.11. This is for hotel rooms to be provided in the Washington DC Metro Area. Room days are as follows: 1)March 13, 2011 (Check in) thru March 25, 2011(Check out) - A total of 10 rooms for 12 nights 2)March 27, 2011 (Check in) thru April 8, 2011 (Check out) - A total of 13 rooms for 12 nights 3)April 11, 2011 (Check in) thru April 22, 2011 (Check out) - A total of 14 rooms for 12 nights 4) April 25, 2011 (Check in) thru May 6, 2011 (Check out) - A total of 3 rooms for 12 nights. The Government will award to the responsive, responsible firm, whose quotation is most advantageous to the Government, price and other factors considered. This is a best-value procurement. The Government may or may not award to the low price quotation. For this requirement, all evaluation factors other than price, when combined, are significantly more important than price. The Government will utilize the evaluation criteria identified below. 1.Condition of Facility - The Government will evaluate the condition of each offerors facility, to include the following: -Condition of facility and level of standard hotel services available -Internet access, parking costs and accessibility -Nearby restaurants and other attractions within walking distance are favored -Other scheduled large events or groups that may compete for priority or staff attention must be identified -Contractor must identify noisy/disrupting events, major repairs, or construction scheduled during the conference dates. No construction or maintenance that causes noise, fumes, or interruption of facilities or services or disruption of training events will be allowed during the event. Quotes and contracts must indicate compliance with this requirement. -The proximity of lodging to meeting facilities -Access to public transportation, including bus and subway transportation, will be considered part of the facility condition. 2. Cost/Price - The Government will evaluate the total expected cost of performing this work. Quote Submission Instructions Offerors shall submit a detailed project plan (not to exceed 3 pages), describing the offerors ability to satisfy the Government's requirement and all technical aspects, as set forth in the Statement of Work, including the labor classifications/technical expertise to accomplish each section of the work plan. Offerors shall submit a firm, fixed-price quote, at or below the government per diem rate for the specified location, for the dates listed above. The Federal Government is exempt from paying taxes. The tax-exempt number is 52-085-2695. If your state or municipality has any taxes or fees that you consider the Federal Government not exempt, you must identify them and include them in your quote. Rates proposed for Lodging, Meeting Room Space, and Food and Beverage must be inclusive of all taxes and surcharges, and fees. Each offeror shall submit (1) one electronic copy to Michelle Croan, Contracting Officer, at croan.michelle@epa.gov and (1) one electronic copy to Alana Maye, Project Officer, at maye.alana@epa.gov. Due date for receipt of responses to this RFQ will be 9:00 AM, Eastern Time, on March 8, 2011. Prospective sources are reminded that an award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov). The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. The following FAR clauses apply: 52.212-4 -"Contract Terms and Conditions - Commercial Items", 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the following marked clauses cited in 52.212-5 being applicable to this acquisition: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). _X_ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (MAR 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] __ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). __ (ii) Alternate I (OCT 1995) of 52.219-6. __ (iii) Alternate II (MAR 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). __ (ii) Alternate I (OCT 1995) of 52.219-7. __ (iii) Alternate II (MAR 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (APR 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (OCT 2001) of 52.219-9. __ (iii) Alternate II (OCT 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (JUNE 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). __ (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). __ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). _X_ (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). __ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212). _X_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). __ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212). __ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). __ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) The aforementioned provisions and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-11-OCFO-TRAINING/listing.html)
 
Place of Performance
Address: Washington, DC Metro Area, United States
 
Record
SN02394070-W 20110306/110304234559-a6e0f916c9b920214c8b0d669e1d3c4a (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.