Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2004 FBO #0815
SOLICITATION NOTICE

R -- Accommodations and meeting facilities for the President’s Commission on White House Fellowships

Notice Date
2/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Office of Personnel Management, Contracting, Facilities and Administrative Services Group, Contracting Division, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-RFQ-04-00018
 
Response Due
3/5/2004
 
Archive Date
3/20/2004
 
Point of Contact
Pandoria Nobles-Jones, Contracting Officer, Phone 202-395-7473, Fax 202-395-6179,
 
E-Mail Address
pnobles-jones@opm.gov
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Meeting Space, Audio Visual Equipment Rental, Breakfast Vouchers, Refreshments, Working Lunch, Continental Breakfast, Reception and Banquet Dinner. The period of performance for this requirement is June 10-13, 2004. We require approximately 15 double and 35 single rooms for 3 nights, specified conference needs described below, and lodging rates within the stated Federal Government per diem per Federal Travel Regulations. The President’s Commission on White House Fellowships will be holding interview meetings at the United States Naval Academy (USNA), Annapolis, Maryland, on Friday and Saturday, June 11-12. Attendance will be approximately 65 people. The hotel must be within 5 blocks of the USNA. The hotel also must provide: hot breakfast vouchers June 11, 12, 13; meeting space on June 10 for 35 people; meeting space on June 12 for 35 people; meeting space on June 13 for 35 people; continental breakfast for 35 people on June 13; working lunch on June 13 for 35 people; Reception for 65 people on June 10; Banquet dinner for 65 people on June 10; and audiovisual equipment. All rooms must be within the same building. Conference package prices are not acceptable. Each item must be priced out separately. This Request For Quotations (RFQ) is issued in accordance with Federal Acquisition Regulation (FAR) Subpart 12 Commercial Item Acquisition. This IS NOT a solicitation for Event Planning Services. This announcement incorporates provisions and clauses in effect through FAR Change Circular 2001-19. This announcement/solicitation is unrestricted to both large and small business, and constitutes the only bid document that will be issued. The applicable NAICS Code is 721110 and the small business size standard is $6 million. A response to the requirements of this solicitation shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. You must submit a Hotel Contract with your proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage. The hotel facility must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The hotel facility must comply with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). Hotel Lodging – (1a) 50 (15 double, 35 singles) sleeping rooms for participants check-in on June 10, 2004 with check-out June 13, 2004. 50 Rooms must be individual/private-sleeping rooms with private toilet facilities at government per diem rate for Annapolis, MD. Payments for Hotel Lodging shall be the sole responsibility of the Presidents Commission on White House Fellowships (PCWHF). Meeting Space-Registration and General Session Meeting Room for June 10, 2004, from 2:00 pm to 5:00 pm to accommodate 38 people, U-shape skirted tables with two skirted 4 x 8 rectangular tables for registrations,: (2) Meeting Space-General meeting for June 12, 2004 to accommodate 38 people from 4:00 pm to 7:00 pm, U-shape skirted tables,: (3) Meeting Space-General meeting for June 13, 2004 to accommodate 38 people from 8:00 am to 4:00 pm, U-shape skirted tables with 2 skirted 4 x 8 rectangular tables placed outside of meeting room for food set-up. AV equipment required. Anticipate light refreshments for afternoon meeting on June 10, 2004. Provide Continental Breakfast on June 13, 2004. Provide working lunch on June 13, 2004. Provide space for Reception to be held from 6:00 pm to 8:00 pm with food services. Provide banquet services on June 10, 2004 from 8:00 pm to 10:00 pm, for 65 people, round tables of 8. Other requirements: breakfast vouchers for hotel restaurant to be distributed upon check-in, hotel must be walking distance to the USNA (not to exceed 5 normal blocks) in safe area. Provide information (availability/cost) on amenities of hotel i.e., parking, AV equipment, and menus. Award will be made to the offeror determined to be the best value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Technical proposals will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. The PCWHF reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations, location and experience with large conferences. Prices will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. Any offer that does not meet the solicitation requirements may be rejected as non-responsive. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far (FAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Size and quality of services and accommodations; 2. Location; 3. Experience with similar conferences, and 4. Price. (Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price); 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c)(2)(xii) the following provisions under the clause apply (b) (11)-(b)(15), (b)(19)(i), (b)(21), (b) (25) (b) (26) applies if Government Purchase Card is used, (c) (1), (c) (2), and (c) (4); FAR 52.232-18. Availability of Funds. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all prices, descriptive literature, technical proposals, and Hotel Contract to Pandoria Nobles-Jones, Contracting Officer, 202-395-7473, 712 Jackson Place NW, Washington, DC 20503. The Government will only accept faxed proposals to fax number 202-395-6179, or email proposals to pnoblesj@whf.eop.gov. Closing date for receipt of proposals is March 5, 2004 at 2:00 pm EDT.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/OPM/OCAS/CD/OPM-RFQ-04-00018/listing.html)
 
Place of Performance
Address: Annapolis, MD
Country: USA
 
Record
SN00523121-F 20040219/040217221850 (fbodaily.com)
 
Source
FedBizOpps.gov 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.