Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

X -- 2007 Software Developers Conference - Washington DC Metropolitan Area

Notice Date
2/21/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRNO-07-Q-ETA02
 
Response Due
2/27/2007
 
Archive Date
3/14/2007
 
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-07-Q-ETA02 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 2005-15. 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 120 sleeping rooms per night for 06/10/2007 - 06/11/2007 (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), 2007 Software Developers Conference. The conference will be held June 11 - June 12, 2007 in the Washington, DC metropolitan area. Hotel shall provide a quotation for the following contract line item numbers (CLIN): CLIN 001: one (1) general meeting room with standard table and chairs to accommodate up to 350 participants (schoolroom style) for two days (06/11/07 - 6/12/07); CLIN 002: three (3) breakout rooms with standard table and chairs to accommodate up to 125 participants each (schoolroom style) for two days (06/11/07 - 6/12/07). Breakout rooms may be separate rooms or manufactured within the main conference space through the use of moveable walls; CLIN 003: Mid-morning and mid-afternoon refreshment break (inclusive of service charge) for up to 350 participants for two days (06/11/07 - 6/12/07); mid-morning refreshments break includes but not limited to: coffee, tea, juices, assorted muffins, bagels. Mid-afternoon refreshment break includes but not limited to: coffee, tea, assorted sodas, cookies, brownies, pretzels and popcorn. CLIN 004: State-of-the-art audiovisual equipment (inclusive of service charge) for the main meeting room and breakout rooms: (3) 9 x 8 Screen w/dress kit; (3) LCD Data Projector; (3) Laptop Computer; (3) Podium Microphones; (3) Wireless Lavalier Microphones; (3) wireless handheld microphones; (2) 4 Channel Mixer; (1) 12 Channel Mixer; (40) Extension Cord Power Strips. The AV equipment shall be available during conference hours. CLIN 005: Within 15 days of contract award the contractor shall conduct an orientation briefing with IRS representatives at the site of the conference. The purpose of this meeting is to initiate the communication process between the Government and contractor key task participants. Both parties shall mutually agree upon the date and time. CLIN 006: The Contractor shall provide registration desk facilities. The Contractor shall provide six (6) 8 foot tables and the tables shall be skirted. CLIN 007: The contractor shall provide one (1) coordinators work space/speakers preparation room to accommodate up to 10 people. The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility must be located within easy walking distance of a Washington DC metro station. The conference facility and lodging must be housed in the same facility. The contractor shall provide a single point of contact for all conference related communications. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meet 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 7 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 and quotes must be submitted in writing and received by facsimile at (202) 283-1533 or email Jennifer.N.Henley@irs.gov.
 
Place of Performance
Address: Washington DC
Zip Code: 20224
Country: UNITED STATES
 
Record
SN01236158-W 20070223/070221221230 (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.