SOLICITATION NOTICE
X -- Lease or Rental of Facilities
- Notice Date
- 3/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-05-Q-0BA01
- Response Due
- 3/28/2005
- Archive Date
- 4/12/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 package will not be issued. Solicitation number TIRNO-05-Q-0BA01 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $6 million. The award will be made to one offeror who fully meets the requirements for providing a total of 1020 sleeping room nights to include (5) rooms 8/6/05 ? 8/7/05 and 8/12/05 ? 8/13/05; (250) rooms 8/8/05 ? 8/11/05 (reserved and guaranteed at prevailing government rate; individually paid by IRS employees/guests) and conference facilities to include general meeting room, breakout rooms, office space, audiovisual equipment and light refreshments as specified below for the Internal Revenue Service (IRS), Tax Exempt and Government Entities (TE/GE) Leadership CPE. The meeting will be held August 8-12, 2005 in downtown Chicago. Hotel shall provide a quotation for the following contract line item number (CLIN): CLIN 001: one (1) general meeting room with standard table and chairs to accommodate up to 270 participants (rounds of 8) for five days (8/8/05 ? 8/12/05); CLIN 0002: seven (7) breakout rooms with standard table and chairs to accommodate up to 60 participants each (rounds of 8) for four days (8/9/05 ? 8/12/05); CLIN 0003: one (1) meeting room suitable for an office to accommodate up to 10 participants for six days (8/7/05 ? 8/12/05); CLIN 0004: Mid-morning and mid-afternoon refreshment break for 270 participants for three days (8/9/05 ? 8/11/05); mid-morning refreshment break for 270 participants for one day (8/12/05). Mid-morning refreshment break includes: coffee, tea, juices, assorted muffins, bagels. Mid-afternoon refreshment break includes: coffee, tea, assorted sodas, cookies, brownies, pretzels and popcorn; CLIN 005: Standard audiovisual equipment to include: (19) 4 channel mono mixer; (1) podium microphone; (8) standard overhead projector; (34) table microphones; (24) computer data display package with color LCD projector VGA (800x600) 500 lumens; projection cart/stand; 5?, 6?, 7?, or 8? tripod screen, cabling, extension cords; (1) lavaliere microphone wired; (13) wireless UHF LAV transmitter; (2) 16 channel mixer; (35) flipchart packages to include flip chart easel, pad and (4) markers; (6) powered speakers; (1) CD player; (2) overhead package; (1) 8 Channel and on-site audiovisual technical support. The meeting rooms must be available for use twenty-four (24) hours per day. The hotel must be within 30 minutes commuting distance of the Chicago Midway and 45 minutes from Chicago O?Hare. The meeting rooms and lodging must be housed in the same facility. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meeting 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) the facility must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se (ADA). (3) 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. (4) Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov.). 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 to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Ability to accommodate conference and lodging during the required time frame; 2) Past performance ? Offeror must provide three (3) references of same/similar conference size that the Government may contact; and 3) price. 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 52.222-21, Prohibition of Segregated Facilities; 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 Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer ? Central Contractor Registration. 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 10 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes must 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.
- Record
- SN00771927-W 20050320/050318212612 (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 |