Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
SOLICITATION NOTICE

18 -- Conference Accommodations

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, N5416 200 Constitution Avenue, NW, Washington, DC, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
445-0696-250
 
Response Due
11/18/2005
 
Archive Date
1/3/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Acquisition of Commercial Items. The Department of Labor, Human Resources Center anticipates awarding a single award, firmed-fixed price contract for Conference Room Space rental. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 721110. Facility must be rated as a Four/Five Star facility, located within the District of Columbia city limits; accessible by Metro Rail (no more than a couple blocks walking distance maximum). In addition, the requirements listed in detail below must be met in their totality. CONFERENCE FACILITY: Meeting Room/Hall must be an open room able to accommodate 300-350 Senior Executives for all five half day sessions. Facility is only needed from 8:00 a.m. until noon (approximate schedule); registration from 8:00 am to 8:30 am, continental breakfast from 8:00 am to 9:00 am, general session 9:00 am to 10:30 am; coffee/tea break 10:30 am to 10:45 am, and general session 10:45 am to 12:00 noon. Set-up: Meeting Room or Hall for all five half day sessions must include: round tables (5?) for ten people, white tablecloths, and hang banner behind podium (banner provided). Foyer or outside space for registration must include eight registration table 6 feet x 30 inches, eight 6 feet table ? set behind each registration table, white tablecloths, black skirting on all table, four easels to signage (signage provided). Audio-visual equipment needed are projection screen, one to two Lavalieres, four hand-held microphones, computer hardware (on an as needed basis), and internet connection (on an as needed basis). Registration material boxes (will be delivered 1-2 days prior to event; will need these boxes delivered to registration area at 7:15 a.m.). Breakfast/Break Menu for all five half day sessions: Continental Breakfast with assorted fruit juices, assorted baked good (muffins, bagels, pastries), sliced assorted fruits, coffee (regular and decaffeinated), assorted teas, sugar, cream, and honey. Coffee/Tea Break with coffee (regular and decaffeinated, and assorted teas, with sugar and honey. Proposed dates (preferred date/alternate date): February 15, 2006/February 22, 2006; March 15, 2005/ March 22, 2006; April 19, 2006/April 26, 2006; May 24, 2006/May 31, 2006; and June 21, 2006/June 14, 2006. This solicitation document incorporates the following clauses. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, must and included with any and all quotes submitted in response to this Request for Quote. FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items are hereby incorporated by reference. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are hereby incorporated by reference. All reference clauses may be copied at www.arnet.gov/far. The prospective contractor must be registered in Central Contractor Registration (CCR). Facility must be in compliance with the Hotel and Motel Fire Safety Act and the Americans with Disabilities Act. The Government does not intend to accept hotel agreement The Standard Form 1449 Purchase Order along with the Federal Acquisition Regulation clauses 52.212-1, 52.212-4, and 52-212-5 are binding and legally sufficient to protect both parties. No telephonic responses will be accepted. Quotations are due no later than 12:00pm (noon) on November 21, 2005. Quotes should be faxed to Tonya L. McClinton, Contract Specialist, at (202) 693-4593, or emailed to mcclinton.tonya@dol.gov .
 
Place of Performance
Address: WASHINGTON, D.C.
Country: USA
 
Record
SN00928604-W 20051110/051108212222 (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.