SOLICITATION NOTICE
X -- Lease or rental of facilities
- Notice Date
- 1/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-02-Q-CMM07
- Response Due
- 1/22/2002
- Archive Date
- 2/6/2002
- Point of Contact
- Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1511,
- E-Mail Address
-
sharlene.a.hagans@m1.irs.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 package will not be issued. Solicitation number TIRNO-02-Q-CMM07 is issued as Request of Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-01. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 72111 and the small business size standard is $5 million. The award will be made to one offeror who fully meets the requirements for providing 250 sleeping rooms (reserved and guaranteed at prevailing government conference lodging allowance; individually paid by IRS employees/guests) and conference facilities to include general meeting room, breakout rooms, executive (VIP) boardroom, and light refreshments as specified below for the Internal Revenue Service (IRS) Annual Business Meeting. The meeting will be held in September or October 2002 for four (4) consecutive days (1-day setup and 3 conference days) in Washington, DC, metropolitan area. Hotel shall provide a quotation for the following contract line item number (CLIN): CLIN 001: one (1) general meeting room to accommodate up to 500 participants (banquet-style); CLIN 002: three (3) large breakout rooms to accommodate up to 140 participants (banquet-style); CLIN 003: five (5) small breakout rooms to accommodate up to 75 participants (banquet-style); CLIN 004: one (1) executive VIP boardrooms; CLIN 005: light refreshments for two (2) days - one (1) morning and one (1) afternoon break for up to 500 participants; CLIN 006: one (1) evening reception for up to 350 participants. The meeting rooms must be available for use twenty-four (24) hours per day. The hotel must be within a five block radius of a metro stop or must provide shuttle service to/from metro stop. MANDATORY REQUIREMENT: To be eligible for award, the hotel must meet the following mandatory requirements: (1) Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. Seq (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA http://www.usfa.fema/gov/hotel); (2) Hotel must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se.(ADA). The facility must have one of the following quality ratings: First class or higher per OAG Business Travel Planner; or Three diamonds or higher per AAA. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, will be most advantageous price to the Government. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disability; and 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 7 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes shall include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1511/1512 or email Sharlene.A.Hagans@irs.gov.
- Place of Performance
- Address: Washington, DC Metropolitian Area
- Record
- SN20020118/00015425-020117090819 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |