Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
SOLICITATION NOTICE

X -- 2005 CPE Conference

Notice Date
8/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
561591 — Convention and Visitors Bureaus
 
Contracting Office
Department of Labor, Office of the Inspector General, Frances Perkins Building, 200 Constitution Avenue, NW, Room S5020, Washington, DC, 20210
 
ZIP Code
20210
 
Solicitation Number
OIG-CPE-2005
 
Response Due
8/20/2004
 
Archive Date
9/4/2004
 
Point of Contact
Ebony Fultz, Contract Specialist, Phone (202) 693-5139, Fax (202) 693-5121, - Cheryl Wells, Contract Specialist, Phone (202) 693-5123, Fax (202) 693-5121,
 
E-Mail Address
efultz@oig.dol.gov, cwells@oig.dol.gov
 
Description
DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will NOT be issued. Reference RFP #OIG-CPE-2005 when responding to this notice. This RFP will result in the award of a Firm Fixed Price contract for hotel lodging, catering, and conference rooms for the U.S. Department of Labor, Office of Audit?s Continuing Professional Education (CPE) conference with the option to include services for the U.S. Department of Labor?s Office of Inspector General?s Managers conference. The U.S. Department of Labor?s, Office of Inspector General?s, Office of Audit is located in Washington, D.C. The period of performance is for a six (6) day period in the month(s) of June, July, or August 2005, excluding the week of July 4th, and Labor Day. (The offeror should propose one or more 6-day periods, (Sunday through Friday), within the months of June, July, and/or August 2005). The following mandatory requirements must be met for an offer to be considered. (1) The hotel shall be located in the following cities and/or specified areas of Metropolitan Phoenix, AZ area, San Diego, CA including the Downtown and Mission Valley area of San Diego (as defined by the San Diego Convention and Visitors? Bureau) and Los Angeles, CA area to include Universal City, Hollywood, Pasadena, Santa Monica, Century City, and Westwood. Airport properties will not be considered from any location (2) The hotel must provide accommodations (sleeping rooms and conference space) for a group of approximately 250 people. (3) The hotel must be located in an area that has a variety of restaurants, shops, and entertainment, and (4) The hotel must be able to provide audio visual equipment (i.e. microphones, screens, overhead projectors and infocus machines). Also, to be eligible for award, the hotel must be compliant with the Hotel and Motel Fire Safety Act of 1990(PL101-391), 15 USC 2201, (Public Law 101-391) and be compliant with the Americans with Disabilities Act, 42 USC Section 12101. Third party proposals such as proposals from Meeting/Conference Management Services will not be considered. Offerors must comply with all of these mandatory requirements in order to be considered for award. Award will be made on a Best Value basis to the offeror that provides the most advantageous offer to the government. The following list the technical factors that will be used to evaluate those offers that demonstrate that they can meet all mandatory requirements stated above. The technical factors are listed in the descending order of importance. (1) Site visits. Site visits will be done to evaluate the accommodations, conference rooms, location, and amenities. Other Considerations: transportation to major airports, availability and cost of on-site guest parking and diversified, adequate and reasonable food service must be available on-site and within walking distance. (2) Past Performance. The offer shall provide the name(s), phone number(s), and contract number(s), if applicable, of three recent references for which they have performed similar services, and (3) Proposed total price. Proposed prices will be compared to proposed cost of same or similar services in order to determine if proposed prices are realistic, fair and reasonable. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. Award may be made without discussions/negotiations. Requirements include: Accommodations for 250 staff members which includes providing sleeping rooms at or below the government per diem rate for a one week period, Sunday through Saturday (Saturday checkout); food and beverage services, Monday through Friday morning and refreshments for afternoon breaks, as well as 5 buffet lunches. The hotel shall also include kosher meals. Conference rooms include 1) General session for 250 classroom style on Monday and Friday and up to 10 breakouts to accommodate up to 35 people each, classroom style Monday afternoon, Tuesday, Wednesday, Thursday and Friday morning (room setup is subject to change), 2) Two (2) boardrooms or smaller meeting rooms for the week, and 3) at least one breakout room must be equipped with electrical outlets and 30 high speed data Internet connections. Audio-Visual Services include AV equipment in every conference room, and a Business Center that can support in-house meetings with general office equipment that includes but is not limited to photocopying, faxing and computer center. The government may exercise an option to include services for the U.S. Department of Labor, Office of Inspector General?s Managers conference. This conference will be held one week before, or one week after the U.S. Department of Labor, Office of Audit?s CPE conference. The following mandatory requirements must be met before an offer can be considered for award. A) Availability: one week before, or one week after the proposed date for OA?s CPE conference, B) Accommodations for approximately 80 staff members to include, sleeping rooms at or below the government per diem rate, one (1) general session room for 3 consecutive days with AM and PM coffee breaks, three (3) break out rooms for the last day of the OIG Managers conference, and audio visual services to include a lavaliere microphone and cordless podium microphone. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Also include FAR 52.212-2, EvaluationB Commercial Items (Jan 1999)(a). Technical proposals should be submitted separately from cost proposals. Award will be made on an all or none basis. Only one contract will be awarded. Also, since award is being made on a Best Value basis, any additional factors that contribute to the effectiveness of the training sessions will be given consideration. Include Tax Identification Numbers, Dun and Bradstreet (DUNS) numbers, and FEMA certification number. Offerors shall also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses are also incorporated: 52.212-5(a) (1) and (2), 52.212-5(b), 52.212-5(c), 52.212-5(d) (1) (2) (3) and 52.212-5(e) (1) (2) (3), 52.217-4 and 52.217-5. The FAR provisions and clauses incorporated by reference are incorporated with the 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/. Proposals submitted in response to RFP #OIG-CPE-2005 are due on or before 3:00pm local time, Friday August 20th, 2004 to the U.S. Department of Labor, Office of Inspector General, Attn: Ebony Fultz, 200 Constitution Avenue, NW, Room S-5020, Washington, D.C. 20210. You can also email your proposal to efultz@oig.dol.gov. All questions regarding this request must be received on or before 12:00pm local time, Monday, August 16th, 2004. Answers to all questions will be posted on the following web site http://www.oig.dol.gov/public/rfps/main.htm.
 
Record
SN00637473-W 20040807/040805211939 (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.