SOLICITATION NOTICE
X -- Facility to Host the FY 2015 EXCEL Conference
- Notice Date
- 2/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
- ZIP Code
- 20507
- Solicitation Number
- RFQ0018-15
- Archive Date
- 3/10/2015
- Point of Contact
- Gregory A Browne, Phone: (202) 663-4292
- E-Mail Address
-
gregory.browne@eeoc.gov
(gregory.browne@eeoc.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. Solicitation Number RFQ 0018-15 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78 effective on December 26, 2014. Convention centers, hotels, and other full service facilities that can satisfy the requirements listed below are encouraged to submit a quotation. This solicitation is considered an unrestricted procurement. The U.S. Equal Employment Opportunity Commission (EEOC), Revolving Fund Division EEOC Training Institute (hereinafter referred to as the Institute) has a requirement for a contractor to provide a full service training facility to include lodging, meeting and exhibitor space, food and beverage service, audio-visual equipment, limited audio-visual support services and business center support to conduct the annual Examining Conflicts in Employment Laws (EXCEL) conference, hereinafter referred to as the conference. This annual conference provides training to federal agencies and private sector stakeholders and their representatives on the laws enforced by the EEOC. The Institute anticipates a minimum of 600 attendees with a maximum of 1000 attendees, plus an additional 120 individuals consisting of other staff, presenters, and exhibitors who provide support for the conference. The training conference will run for four (4) days. The preferred pattern is: registration for pre-conference sessions on Sunday. Full conference registration will be held on Sunday and Monday. Pre-conference sessions will run on Monday (Day 1) from 8:00 AM - 5:00 PM. The full conference will run from Tuesday (Day 2) at 8:00 AM and ending on Thursday (Day 4) at 5:00 PM. The plenary sessions will be on Tuesday and Wednesday mornings, and on Thursday afternoon. Breakout sessions will be held on Tuesday and Wednesday after the plenary sessions until 5 pm, and on Thursday morning. Food and beverage service for continental breakfast for four (4) days, a light lunch for three (3) days (Tuesday, Wednesday and Thursday. No lunch on Monday, AM/PM breaks each day, and a conference reception is included in this procurement. The Institute may offer five (5) pre -and/or post-conference workshops for up to 150 people (This is an optional service). Location and Dates Requirements The contractor must be able to provide a facility for the entire scope of the contract. To be eligible for consideration, EEOC will only accept quotations for the following locations: Our preference is a site within the District of Columbia. We will accept quotes from the facilities within the inner suburbs of Maryland (Prince Georges County or Montgomery County) or Northern Virginia suburbs (Arlington County, City of Alexandria, Northern Fairfax County). All locations must be within ten minutes walking distance from a metro station. Preferred Dates: 1st Choice: June 29 - July 2, 2015; 2nd Choice: July 6 - 9, 2015: 3rd Choice: July 13 - 16, 2015; 4th Choice: July 27 - 30, 2015; 5th Choice: August 10 - 13, 2015 No other dates or combination of dates will be considered by the Government. The government contemplates the award of a firm-fixed price (FFP) contract. The quotation package shall include the following line items in a written quotation: Contract Line Item Number (CLIN) 0001, Lodging - Quantity 5 days each (See below list of lodging requirements), Unit Price $____, Total for CLIN 0001 $____; CLIN 0002, Food and Beverage Services - Quantity 4 days (See below list of food and beverage requirements), Unit Price $____ per person rate per day, Total for CLIN 0002 $____; CLIN 0003, Rental of Conference Meeting Space- Quantity 4 days each (See below list of conference meeting space requirements), Unit Price $____, Total for CLIN 0003 $____; CLIN 0004, Rental of Audio Visual Equipment and Technical Support - Quantity 4 days each (See below list of audio visual requirements), Unit Price $____, Total for CLIN 0004 $____; CLIN 0005, Business Center Services Expenses - 4 days each (See below list of business center requirements), Unit Price $____, Total for CLIN 0005 $____; CLIN 0006, Miscellaneous Expenses (Internet, Electrical, Locksmith, Phone Line) - 5 days each Unit Price $____, Total for CLIN 0006 $____. Total Price for CLINs 0001 through 0006: $____. A contract will be awarded to the responsible quoter whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the System for Award Management (SAM) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.sam.gov. Each quotation must clearly indicate the capability of the quoter to meet the requirements specified in this combined synopsis/solicitation. CONFERENCE GENERAL REQUIREMENTS: The following requirements for the training facility are specified in terms of minimum requirements. Americans with Disabilities Act (ADA) Requirements: All facilities, including restrooms, recreational areas, dining space, speaker ready room, registration area, meeting space, sleeping rooms, exhibitor space, office space, and audio-visual equipment must meet ADA requirements for accessibility. Accommodations for disabled individuals may include, but are not limited to accessible parking spaces, elevators, fire and other alarms, and sound systems, wide aisles and wheelchair ramps. EEOC will perform site visits prior to the award of the contract. The site visit will include an ADA assessment of the property by the Disability Business and Technical Assistance Centers (DBTAC) prior to award of the contract. Lodging Requirements: The contractor shall provide a minimum of 100 room nights for speakers and staff outside of the local commuting area at or below the Federal government per diem rate, which will be paid directly under this contract. The contractor shall provide rooms at or below the Federal government's per diem rate for lodging. The contractor shall provide a block of 1,500 room nights for attendees and exhibitors who are responsible for paying the contractor directly for lodging costs. The Institute will manage the room block and will turn back any unused rooms to the contractor, without penalty, by a cutoff date to be determined upon award of the contract. The Institute requires the contractor to block 200 room nights at or below the Federal Government per diem rate for lodging outside the actual days of the conference for seminar attendees and other conference personnel. All room nights booked by the Institute or conference attendees will be credited to the conference's master account. Conference Meeting, Exhibitor and Office Space Requirements: All Meeting Space must be set up in classroom style with 6' tables, no more than two (2) people per table, and one pitcher of water and two (2) drinking glasses per table. A podium and two (2) tables located in the front of the classroom are required. Rooms must have additional space to accommodate AV equipment. A plenary room that can accommodate up to 1000 attendees and 120 presenters/staff in classroom style seating is required on Days 2 from 8:30 AM to 12:00 PM and on Day 3 from 8:30 AM to 10:00 AM, and on Day 4 from 1:30 PM to 4:30 PM. The plenary room must have additional space to accommodate a raised platform that is ADA accessible. This includes a platform that is no more than 24" high and is wheel chair accessible on at least one side. If a wheelchair ramp is used, the ramp must have railings on both sides and the rise over run cannot be more than 8.3%. The breakout rooms are required for Day 1 (Monday ) from 8:30 AM - 5:00 PM. On Day 2 (Tuesday) from 1:30 PM to 5:00 PM, and on Day 3 (Wednesday) from 10:00 AM - 5:00 PM, and on Day 4 (Thursday) from 8:30 AM - 12:00 PM. The plenary room can be subdivided to meet the required breakout room configuration. The following breakout rooms are required: two (2) rooms to accommodate up to 300 attendees; four (4) rooms to accommodate up to 200 attendees, and six (6) rooms to accommodate up to 200 attendees. For the pre-and-post conference seminars, the Institute requires four (4) breakout rooms to accommodate 40 attendees per session and one (1) room to accommodate 150 people (This is an optional service). Speaker-Ready Room: The Institute speakers will use the Speaker Ready Room to prepare for their respective presentations. The room should be equipped with two (2) small tables with chairs, lounge chairs and comfortable seating. The area should be stocked with coffee, tea and water pitchers with glasses. In addition, the Speaker-Ready Room should have a small refrigerator and microwave for use by the speakers. Exhibitor Space for up to 40 exhibitors is required. Twenty (20) Exhibitor spaces shall be equipped with two (2) 6' tables, and two (2) chairs per table; and twenty (20) Exhibitor spaces shall be equipped with one (1) 6' table, and two (2) chairs The contractor will furnish each table with a table cloth and drape for the front, water pitchers and glasses, and a wastebasket per exhibitor. The exhibitors will be responsible for all additional equipment and booth requirements and will work directly with the hotel. Pre-function and Office Areas: The Pre-Function room will be used to assemble up to ten pallets of conference materials and supplies. This room needs to be available from 8 am on the Saturday before the start of the conference through Friday at 5 pm the day after the conference ends. The room needs to be equipped with carts to transport completed conference materials to the registration areas for the conference. The contractor also needs to provide a secured office that can be used to store laptops, AV equipment, and conference materials. Only EEOC staff should have access to the secured office. The pre-function and office areas shall be adjoining and shall have at least eight (8) tables, twenty (20) chairs, waste baskets, water pitchers, and drinking glasses. Registration Area: The contractor needs to provide two (2) attendee registration areas. One registration area must be available from Sunday afternoon (3:00 PM - 7:00 PM to accommodate Pre-Conference Registration) and from Monday at 7:30 AM - Thursday at 6:00 PM to accommodate attendees, and the other registration area is needed from Monday 7:30 AM - Tuesday at 6:00 PM to register staff, presenters and exhibitors. Each area shall have six (6) tables with one chair per table. Directional signage will be provided by the contractor to the registration area. Food and Beverage Requirements: The contractor shall submit with their quotation a price list for proposed food and beverages for the conference as follows: continental breakfast, light lunch, breaks (AM and PM) on multiple days and one (1) evening reception. Pricing for food and beverage shall include the price for the item, plus the gratuity (service charge), and a statement from the contractor indicating whether, and under what conditions the U.S. Government is exempt from state tax. Tuesday evening kick-off reception: The food at the reception will consist of Hors d'ourvrs, carving stations, and finger foods. The space designated for the reception must accommodate approximately 1000 people with social seating available throughout the area. The reception will begin at 5:30 PM and last approximately 1 hour. A cash bar will be available for all drinks. Continental Breakfast is served for 1 hour from 7:00 AM - 8:00 AM Monday through Thursday. The contractor shall provide a continental breakfast for four (4) days. The contractor must provide table rounds for 10 and accommodate up to 1000 people on Tuesday, Wednesday and Thursday. Monday's continental breakfast is for 150 persons attending pre-conference workshops. The contractor shall setup Monday's continental breakfast outside the room of the pre-conference workshops. A typical Continental Breakfast shall consist of juice; fruit, yogurt; assorted breakfast pastries, bagels or croissants; regular and decaffeinated coffee, tea bags and hot water for tea; iced tea; and large containers of water. Lunch is served for 1½ hours from 12:00 PM - 1:30 PM. The contractor must provide table rounds for 10 and accommodate up to1000 people. The Lunch Room cannot be used for meeting space. A light Lunch is provided on Days 2, 3 and 4 (Tuesday, Wednesday and Thursday). This can be plated, buffet or salad bar type lunch which provides a protein based entrée, a fruit or vegetable, dessert, regular and decaffeinated coffee, hot and iced tea. The entrée must not include pork, beef or shellfish. A 30 minute AM and PM Break is required for a maximum of up to1000 people. The AM break menu shall consist of the following beverages: regular and decaf coffee, and hot and iced tea and pitchers of water. The PM break menu shall consist of beverages: regular and decaf coffee, and hot and iced tea and pitchers of water; and a light snack: cookies, pretzels, etc. The AM and PM Breaks are scheduled for 30 minutes, Monday -Thursday. All interested parties shall provide a pricing list of recommended beverages, snacks, continental breakfast, and lunch meals when responding to this RFQ. Contractor shall provide a reduced price list (conference menu or government menu). The Institute will pay the contractor for meals, breaks, and reception based on the actual number of meals served. Audio Visual (AV) Requirements: AV for Plenary Sessions - The contractor must submit a detailed price list for the AV equipment for plenary sessions with video-taping capabilities for internal use only. The equipment list should include the following items to support the plenary session: LCD Projectors, Projection Screens, Scan Converters, Video Cameras, AV Mixers, AV drops, VCR -1, VGADA and VDA splitter, cables to run two Projectors from one laptop (provided by the Institute), Projection Carts, Pipe and Drape, Stage Wash, Lighting, Podium with wired microphones, Wired Table Microphones w/stands, Wireless Floor Microphones w/Stands. The Institute may require internet access in plenary room (Optional Service). The contractor must provide projected cost for the optional internet service in the plenary room. The contractor must provide projected labor cost for the setup, breakdown and support of the contractor AV equipment for the plenary sessions. AV for breakout rooms: The Institute will provide all laptop computers and in-focus projectors used in the breakout rooms. The contractor must provide the following equipment: microphones, wireless and wired flip chart / paper and markers, gender adapters, electronic signage or tripods outside breakout sessions, and projection cart with AV connection. The Institute may require internet access in some or all breakout rooms (Optional Service). The contractor must provide projected costs for the optional internet service in the breakout rooms. Registration area: The Institute requires an Internet connection that will be used with a hub throughout the conference to include registration, AV connection, and phone for local calls within the conference space. In addition, the Institute requires a multifunction printer to be used throughout the conference to include registration. Common Area: The Institute requires a common area located near registration with an internet connection to be used with a hub for the completion of conference evaluations. This will be set up to support at least six (6) to eight (8) laptops which will be provided by the Institute. Business Center Requirements: The contractor must be able to handle mailing, copying and faxing limited course materials on-site. The Institute typically receives four (4) pallets of course materials, 25 to 30 packages and AV equipment, and sends out 50 packages at the completion of the conference. Contractor must provide a list of all business center charges to include labor charges. Reporting Requirements: Pre-Award Reporting: In the quotation, the quoter must submit a detailed breakdown of all costs to include lodging, meeting space, AV equipment, labor costs, food and beverage, business services, and any other miscellaneous charges that are necessary for the success of the conference. Pre-CONFERENCE Reporting: The contractor will provide the Institute's Contracting Officer Representative (COR) with an electronic list of all hotel confirmation numbers for all participants, staff and presenters on a weekly basis starting eight (8) weeks prior to the conference. The Institute COR will manage the conference room block up to 15 calendar days prior to the conference. From fourteen days before the conference through the duration of the conference, the contractor will manage the conference room block. DURING THE CONFERENCE: A Pre-conference meeting will be conducted with the contractor and key Institute staff within five (5) business days prior to the conference. Signature Authority: All on-site charges must be approved and signed only by the Institute's COR. Daily Reconciliation: The contractor shall provide a daily reconciliation list to the Institute COR by 9:00 AM the following business day after the charges are incurred. These charges include lodging paid by the Institute, food and beverage, AV equipment and labor, Business Center, telecom and miscellaneous expenses. Post-CONFERENCE: The contractor shall submit a final invoice of all charges within five (5) business days after the completion of the conference. A detailed report should be submitted with the invoice and should consist of daily detailed banquet/event order (BEO) forms. The BEO must provide the following information: room usage by date; detailed lodging charges for all attendees, staff and presenters for the conference; detailed breakdown, by day, for all food and beverage charges; a detailed breakdown by day and room number, for all AV equipment rental charges and AV support charges; all business center costs; and all miscellaneous costs to include but not limited to internet connections, re-keying charges, electrical hook-ups, etc. GENERAL REQUIREMENTS Transportation: The contractor shall provide a price list of all local transportation options to and from the airport and rail station, if applicable. The contractor shall indicate in its quotation whether it provides free or low cost shuttle services. The contractor shall list all facility parking options and costs. The contractor shall provide a list of all local restaurants within a ten minute walk from the contractor's facility. A metro station shall also be within a ten minute walk from the facility. Security: The contractor should identify if they have paid security guards within the facility and provide a list of additional security measures taken by the contractor to provide for the safety of conference attendees and equipment. CONTRACT ADMINISTRATION - INSPECTION AND ACCEPTANCE The Contracting Officer's Representative (COR) under the resulting contract shall be designated at the time of the contract award. Invoicing: The contractor shall invoice the EEOC at the agreed upon rates for lodging, conference space, rental of audio visual equipment and technical support, food and beverage service, and business center services. Charges for food and beverage service shall be reflected on the invoice as the cost incurred per person. The contractor shall submit a final invoice of all charges within five (5) business days after completion of the conference to the COR and he/she shall be provided at least five business days to review the invoice charges and services provided for acceptance. Method of Payment: The preferred payment method is payment by government-wide commercial purchase card. The Contractor is to apply charges to government purchase card only after final invoice has been accepted and reconciled by the COR. Cancellation: Should EEOC elect to cancel this contract, EEOC will provide a written notification to the contractor no later than sixty (60) calendar days prior to the scheduled event. By receipt of this cancellation notice, the contractor agrees to release EEOC from any cancellation penalties or charges. If there is a cancellation within sixty (60) calendar days of the scheduled event date, Paragraph (l) Termination for the Government's Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items will govern. SUBMISSION OF QUOTATION: All interested parties shall submit with their quotation a detailed breakdown of all costs to include lodging, conference meeting space, rental of audiovisual equipment and technical support, food and beverage service, business services, and any other miscellaneous services and equipment which are necessary for the success of the conference. Quotations shall be submitted in three (3) separate volumes as follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; and, Volume 3 - Price. Pricing must be submitted using the line item structure in the above Schedule of Supplies and Services of this RFQ. A separate attachment may be included in Volume 3 for pricing information on menu items, transportation, parking, applicable tax rates, and sleeping room rates. Your quotation in response to RFQ0018-15 is due February 23, 2015 at 2:00 p.m. ET. Quotations will be accepted in hard copy by U.S. Mail and electronic copy via e-mail. If submitting the quotation by mail, send two (2) hard copies to the following mailing address: U.S. Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, N.E., Room 4SW26G, Washington, D.C. 20507 Attn: Gregory Browne, Contracting Officer. One (1) electronic copy of the quotation may be submitted via e-mail, addressed to gregory.browne@eeoc.gov. QUESTIONS: Questions regarding this request for quotation should be submitted to Gregory Browne [Contracting Officer] via e-mail at gregory.browne@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ0018-15 is February 17, 2015, 11:00 a.m. ET. Any questions received after the above mentioned date and time will not be considered. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before April 2, 2015. BASIS FOR AWARD: The government intends to award a fixed-price contract to the responsible quoter whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each quoter's quotation against the below described evaluation criteria. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the evaluated price. The Government is more concerned about obtaining a superior Technical Capability quotation than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical and management quotation over another. Thus, to the extent that quoter's technical and past performance quotations are evaluated as close or similar in merit, the evaluated price is more likely to be a determining factor. EVALUATION FACTORS FOR AWARD: The following factors shall be used to evaluate quotations. These factors are listed in their relative order of importance: Technical Capability, Past Performance, and Price. Factor I, Technical Capabilities: a. Contract Requirements: Quotations will be evaluated on the quoter's ability to provide all of the contract requirements relating to lodging, meeting space, food and beverage, AV equipment, Business Center, and comply with the reporting requirements. Quotations must address the quoter's ability to comply with the Americans with Disabilities Act (ADA) as it relates to lodging and meeting space. Quotations will be evaluated on the quality of the customer services provided and the quality of the facilities reflected in maintenance and upkeep of the facilities. b. Location: Quotations will be evaluated on the ability of quoter to provide a centrally located facility with inexpensive transportation options to and from the airport, and a metro station within a ten (10) minute walking distance. Additionally, restaurants must be within a short walking distance (10 minutes or less) of the proposed facility. Quotations must address safety and security issues both within the hotel complex and the surrounding area. c. Availability of Dates: Quotations will be evaluated on the ability of the quoter to provide the required services on the dates requested. Additional consideration will be given to quoters who can provide the required services on the preferred dates in order of preference, (i.e., 1st choice date, 2nd choice date, 3rd choice date, etc.). Factor 2 - Past Performance: The quoter must provide references for a minimum of three (3) government or non-government contracts which provide the same or similar services; contracts must have been awarded within the past (3) years. The information for each reference shall include the following: 1. Name and address of government agency and other non-government client; 2. Name, title, email and telephone number of Contracting officer or other point of contact; 3. Name, title, email and telephone number of client's program manager, if applicable; 4. Contract number, period of performance, and total dollar value of contract; and 5. Description of services provided. List any problems encountered on each contract and the contractor's corrective actions. EEOC will evaluate past performance based on timeliness, customer service, and corrective actions taken (if necessary). A quoter without a record of relevant past performance or for whom information on past performance is not available; the quoter will not be evaluated favorably or unfavorably on past performance. Factor 3 - Price: The price quotation will be evaluated against the Independent Government Cost Estimate. Evaluations of quotations will consider the following pricing information: pricing provided for all line items listed in the Schedule of Supplies and Services of this RFQ in the units and format provided. Site Visit: The EEOC will conduct a site visit of all quoters who are rated to be technically acceptable. The site visit will review and evaluate the same technical items identified in the Technical Capabilities Portion of the technical evaluation factors. Supplemental Agreements: If any hotel submitting a quotation has any supplemental agreements, those agreements must be submitted with their quotation. If the hotel requires signature of a supplemental agreement that was not submitted with the quotation, the quotation will be rejected. Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the quoter's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The Government also reserves the right to conduct a site visit prior to award. Applicable Provisions and Clauses: The provisions at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The vendor shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items with your quote. The Contracting Officer has determined that paragraph 52.212-3(k)(2) which pertains to exemption from the application of the Service Contract Labor Standards applies. The Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.203-6 Restrictions on Subcontractor Sales to the Government, and Alternate I, Clause 52.204-10 Reporting Executive Compensation and First -Tier Subcontract Awards, Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, Clause 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, Clause 52.222-3 Convict Labor, Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity for Veterans, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-37 Employment Reports on Veterans, Clause 52.222-50 Combating Trafficking in Persons, Clause 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements, Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, Clause 52.225-13 Restrictions on Certain Foreign Purchases, Clause 52.232-33, Payment by Electronic Funds Transfer - System for Award Management are incorporated by reference, Clause 52.233-3 Protest after Award and Clause 52.233-4 Applicable Law for Breach of Contract Claim. To obtain the above provision/clauses in full text, please visit https://www.acquisition.gov/far. Method of payment: Electronic Funds Transfer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0018-15/listing.html)
- Place of Performance
- Address: Our preference is a site within the District of Columbia. We will accept quotes from the facilities within the inner suburbs of Maryland (Prince Georges County or Montgomery County) or Northern Virginia suburbs (Arlington County, City of Alexandria, Northern Fairfax County). All locations must be within ten minutes walking distance from a metro station., United States
- Record
- SN03641341-W 20150214/150212235129-adb6d6bd7dbc49e84362faf81a9ecc7f (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 |