SOLICITATION NOTICE
X -- Conference Services for USGS Program
- Notice Date
- 12/4/2006
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- OPMFEI12042006
- Response Due
- 12/10/2006
- Archive Date
- 12/25/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Class Code: _73__ 2. NAICS Code: _721110__ 3. Subject: Lodging facility to house a 3-day training program 4. Solicitation Number: OPMFEI12042006. 5. Set-Aside Code: Small Business set-aside 6. Response Date: Dec. 10, 2006 7. Place of Performance: Selected Vendors establishment for the duration of the period of service as stated below and in the final award. In addition, the contractor must be located in one of the following locations: 1. Within10 miles of Charlottesville, Virginia. (First Priority) 2. Within10 miles of Richmond, Virginia. (Second Priority) (i) This is a combined synopsis/solicitation for commercial services 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 requests for quotation (RFQ) and a written solicitation will not be issued. (ii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition. (iii) This acquisition is a set-aside for small businesses. The associated NAICS code is 721110 and the SIC code is 7011. The small business size standard is $6.5 million dollars. (iv)The following is a list of contract line item number(s) and quantities: Lodging Requirements CLIN001: The contractor shall provide individual sleeping accommodations for a minimum of 30 people and a maximum of 36 people for two (2) nights January 16th and 17th, 2006. Meal Requirements CLIN002: The contractor shall provide breakfast, lunch, and dinner to a minimum of 30 people and a maximum of 36 people for the duration of the program. The contractor shall provide mid-morning and mid-afternoon break service daily to include; coffee, tea, sodas, juice, bottled water, and a light snack. In addition the contractor shall provide an evening social ? hour cash bar. The contractor will be prepared to provide breakfast, lunch, and dinner to a minimum of 30 people and a maximum of 36 people for the duration of the program. The contractor shall accommodate any special dietary needs while maintaining a high quality and offer a wide variety. Meeting Space Requirements CLIN003: The contractor shall provide one small conference room to seat 8-10 people. The room shall allow 24 hour access. The contractor shall provide a large meeting space to accommodate 30 persons. The room shall allow space for tables and chairs and be handicap accessible. The contractor shall provide audiovisual and information technology presentation support in the meeting room. FEI reserves the right to provide some of the support hardware listed as an option and in addition to said requirement. The contractor shall provide on call technical assistance during all program sessions. Audio Visual and Information Technology Requirements CLIN004: The contractor must provide audiovisual and information technology presentation support in the meeting room. FEI may elect to provide some of the support hardware listed. On call technical assistance is required during all program sessions. The contractor shall provide daily published rental rates for the following items if applicable. a. Data/video projector b. VHS video player c. DVD player d. A public announcement system with wireless microphone(s). e. PA must also provide sound reinforcement for DVD, VHS, and laptop PC Flip charts f. Technical support personnel Proposal Submission, Evaluation and Award: (v) Proposals submitted in response to this combined synopsis solicitation will be evaluated and the contractor selected based on both technical and cost considerations. The selection process will consider technical factors first and price second in addition the government further reserves the right to award without discussion. (vi) The provision at FAR 52.212-2, Evaluation - Commercial Items/services is applicable to this acquisition. The specific evaluation criteria to be included are as follows: The contractor?(s) reasonable replies shall have cost proposal information separate from the technical proposal submissions. The contractor?(s) shall provide a projected daily breakdown as well as a total cost. The contractor?(s) cost proposal shall include the attached pricing form provided by the Federal Executive Institute. The contractor?(s) technical proposal shall include details describing the contractor?(s) ability to provide the service requirements listed above to include resources if required. The Federal Executive Institute reserves the right to select based on the best value that will meet the government requirement. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and, Offeror Representations and Certifications -Commercial Items/services, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders.The following additional contract requirement(s) or terms and conditions apply: (vii) Offers are due on December 10, 2006 by _9:00 AM at The Federal Executive Institute 1301 Emmet Street Charlottesville, VA 22903. Point of contact for this solicitation is Bonnie Boston 434-980-6200.
- Record
- SN01190547-W 20061206/061204220838 (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 |