Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2006 FBO #1522
SOURCES SOUGHT

X -- Hotel Accomodation

Notice Date
1/24/2006
 
Notice Type
Sources Sought
 
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
DOL069RI20163
 
Response Due
2/8/2006
 
Archive Date
2/23/2006
 
Description
January 24, 2006 RFI - Sources Sought Notice The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement entitled ?DOL Corporate Housing for MBA Fellows Program?, for the Office of the Assistant Secretary for Administration and Management. This Request for Information (RFI No. DOL069RI20163) requires interested vendors to indicate their ability to fulfill the requirements that are stipulated in the attached DRAFT Statement of Work (SOW). All interested parties who believe they meet this requirement are invited to submit in writing, within fifteen (15) days of the publication of this sources sought notice. Vendor?s interested in performing this project must submit a Statement of Qualifications and Capabilities Statement which identifies the vendor?s experience and ability in the field of work described in the attached DRAFT SOW. The Statement of Qualifications must be transmitted under a cover letter specified for 120 days. The Cover Letter must cite the following information at a minimum: 1.) Response to RFI Number: DOL069RI20163; 2.) Vendor?s/Contractor?s/Merchant?s Company Name, Address, and phone number; 3.) Point of Contact Person Information: E-mail address, Phone, Fax, and Cell Number; 4.) Vendor?s DUNS Number; 5.) Tax Identification Number; 6.) Indicate your Business Size Standard/Classification, i.e. Small, Large or Other. Other, explain please and be specific. 7.) General Services Administration Contract number; The closing date for the receipt of responses is FEBRUARY 8, 2006, at 12 Noon, Eastern Standard Time. Send your responses to Allison E. Friloux, Jr., Senior Contract Specialist/Negotiator/Analyst at the following e-mail address: friloux.allison@dol.gov The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the Government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. ATTACHMENT NO. 1 STATEMENT OF WORK (SOW) U.S. DEPARTMENT OF LABOR CORPORATE HOUSING FOR MASTERS OF BUSINESS ADMINISTRATION (MBA) FELLOWS PROGRAM 1. Introduction. The Department of Labor (DOL) sponsors an MBA (Masters of Business Administration) Fellows Program as a component of its Strategic Human Capital Management Program. This two (2) year program is designed to prepare the Fellows for future leadership positions in the DOL. Fellows are required to participate in classroom training and developmental rotational assignments in order to further develop and/or enhance their leadership competencies. MBA Fellows participate in rotational assignments primarily at selected DOL Agencies in the Headquarters offices in Washington, D.C. However, one rotation assignment must be in a DOL regional/field office. Such assignments are ninety (90) to one-hundred (100) days in length and must be completed within the two (2) year timeframe for the program. 2. Scope of Services. A. The Vendor will provide housing accommodations for a period of ninety (90) to one-hundred (100) days in length for the MBA Fellows as they travel to one or more of the following cities: Boston, New York, Philadelphia, Atlanta, Chicago, Kansas City, Dallas, Denver, San Francisco, Seattle. Each year, approximately ten to twelve MBA Fellows will participate in the required regional/field rotational assignment. Normally, three to four MBA Fellows will be on a regional rotational assignment at various times and at various locations, throughout the Continental United States, during the year. Offerors must propose a fixed price rate for single occupancy, U.S. Department of Homeland Security compliant housing to accommodate one MBA Fellow per occurrence. B. Deliverables/Requirements. The Vendor will provide price for one (1) bedroom fully-furnished units as follows: 1. The fully-furnished apartment must be equipped with the following amenities and utilities as follows: a. Kitchen: full sized refrigerator, full size self-cleaning range, built-in microwave. b. Housewares to include: dining place settings two (2) 4-place settings for one (1) bedroom, clean pots and pans. c. Living Room: sofa, loveseat, cocktail table, two (2) end tables, and two (2) lamps. d. Dining: dining table, four (4) dining chairs. e. One (1) bedroom unit: with dresser and mirror, one (1) night stand, one (1) lamp, one (1) full or queen headboard, one (1) full or queen mattress and box spring set. f. Units shall have window coverings. g. All utilities included: electricity, basic cable, internet access, water, sewer and trash. h. There shall be a minimum of one (1) full bath in the one-bedroom units. i. An iron and full-sized ironing board shall be provided. j. Television, clock and radio (AM/FM). 3. The apartment complex must: a. Be located within walking distance no more than three (3) blocks to mass transportation and/or within walking distance to the Federal Building which is located within the city limits of the regional/field city or, if appropriate, the office building where a majority of Department of Labor employees are located. b. Be gated as well as provide individual intrusion alarms for each unit. c. Have an on-site Laundromat within the unit or on the premises. d. Have on-site management with specified office hours as well as twenty four (24) hour emergency maintenance. 4. Offerors are encouraged to clearly identify any additional services/amenities offered in addition to the minimum requirements listed. 5. The Government will not be required to sign a lease. 6. Estimated Costs Lodging costs shall not exceed the Government per diem rate for the specified city. It is expected that daily housing costs shall be offered at a substantially reduced rate for the ninety (90) to one hundred (100) day stay. 7. Evaluation of Quotes and Award Past performance, price, amenities, condition of facilities, and proximity to DOL offices in the major cities identified above will be the factors used in the evaluation process. 8. Response 1. As a response, Offerors shall provide: a. Price schedule to include all amenities offered; b. Proposed layout of the facility and room design, if unable to send by e-mail, the submit by mail to (See item # 10); and c. Provide a list of references or previous Government work performed for the last three (3) years to include the following: a. Name of the contracting Department/Agency/Activity: b. Contract and/or BPA Agreement Number: c. Task Order Numbers: d. Contract type: e. Total contract value: f. Type of contract work: g. Contracting officer, telephone and fax number, and e-mail address: h. Program manager, telephone and fax number, and e-mail address: i. Contracting officer technical representative (COTR), telephone and fax number, and e-mail address: j. Administrative contrcting officer, telephone and fax number, and e-mail address: 9. Responses to this Request for Information (RFI) must be received via e-mail by FEBRUARY 8, 2006, no later than 12 noon, Eastern Standard Time. 10. Offerors who are not registered in the Central Contractors Register (CCR) must be registered in order to received a contract from the Government. You can register or obtain additional information via their website at www.ccr.gov or call 1-800-334-3414. 11. Mail layout of the facility and room design as follows: Office of Procurement Services U.S. Department of Labor Attn: A. E. Friloux, Jr. RFI Number: DOL069RI20163 200 Constitution Ave NW Room N-5416 Washington, DC 20210
 
Place of Performance
Address: 200 CONSTITUTION AVE NW, WASHINGTON DC
Zip Code: 20210-0001
Country: USA
 
Record
SN00971936-W 20060126/060124211834 (fbodaily.com)
 
Source
FedBizOpps 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.