Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2006 FBO #1573
SOLICITATION NOTICE

X -- Lease or rental of facilities

Notice Date
3/16/2006
 
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-06-Q-FOA32
 
Response Due
3/21/2006
 
Archive Date
4/5/2006
 
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-06-Q-FOA32 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Part 13 ?Simplified Acquisition Procedures.? The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. 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 1300 sleeping room nights ? (150) rooms 3/26/06 and (400) rooms 3/27/06 ? 3/30/06 (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), Criminal Investigations (CI) All Managers? Meeting. The meeting will be held March 27-31, 2006. 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 480 participants (Rounds of 12 with head table for (8pp) on a riser) for three days (3/27/06; 3/29/06 and 3/31/06); CLIN 002: ten (10) breakout rooms with standard table and chairs to accommodate up to 48 participants each (classroom style) for two days (3/28/06 and 3/30/06); CLIN 003: Mid-afternoon refreshment break (inclusive of service charge) for up to 480 participants on 3/27/06; Mid-morning and mid-afternoon refreshment break (inclusive of service charge) for up to 480 participants for three days (3/28/06 ? 3/30/06); and mid-morning refreshment break (inclusive of service charge) for up to 480 participants on 3/31/06; mid-morning refreshments break includes but not limited to: coffee, tea, juices, assorted muffins, bagels, pastries, fruit. Mid-afternoon refreshment break includes but not limited to: punch, lemonade, bottled water, cookies, brownies, pretzels and popcorn. CLIN 005: State-of-the-art audiovisual equipment (inclusive of service charge) for the general meeting room: (1) 12 Channel Mixing Console; (6) Dynamic Microphone ? floor microphone; (1) Podium Microphone; (3) Table Top Microphone; (2) Wireless UHF Lav Transmitter; and LCD Support Package for each breakout room. The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility must be at least 40 miles but no more than 100 miles of the Internal Revenue Service, Washington, D.C. The conference facility 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; 3) on-site visit and 4) 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 6 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) 283-1533/1534 or email Sharlene.A.Hagans@irs.gov.
 
Record
SN01008225-W 20060318/060316212727 (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.