SOLICITATION NOTICE
X -- 2008 Benefits Training Conference
- Notice Date
- 10/23/2007
- 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
- OPM0407Q0040
- Response Due
- 11/6/2007
- Archive Date
- 11/21/2007
- Point of Contact
- Vernon Cooper, Contract Specialist, Phone 202-606-4356, Fax 202-606-1464, - Sharon Phillips, Contracting Officer, Phone 202-606-2461, Fax 202-606-2630
- E-Mail Address
-
vernon.cooper@opm.gov, sharon.phillips@opm.gov
- Description
- This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED, AND NO ADDITIONAL WRITTEN SOLICITATION WILL BE ISSUED. This solicitation, OPM0407Q0040, is issued as an unrestricted Request for Quotations (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-11. Federal Acquisition Regulation (FAR) provisions and clauses are available via internet address: http://www.arnet.gov/far/. The purpose of this procurement is to provide meals, training and meeting space, and related support services for a five day Conference sponsored by the Office of Personnel Management?s Center for Retirement and Insurance Services (OPM) (CRIS). NAICS code 721110 applies to this solicitation. All costs for meals, and incidental expenses related to this agreement may not exceed maximum daily per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation for travel in the contiguous United States. The specific requirements are described in Attachment A. OPM will establish a firm, fixed price contract with a responsible offeror on a best value basis whose offer conforms to this solicitation and is the most advantageous to the Government, quality, location, cancellation terms and conditions, past performance, and price considered. Since the award may be made without discussions, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. OFFERORS SHALL INCLUDE THE LODGING FACILITY FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) NUMBER, WHICH IS REGISTERED WITH THE U. S. FIRE ADMINISTRATION. The provisions at 52.212-1 Instruction to Offerors-Commercial Items (JAN 2005) and 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005) apply to this solicitation. The provision 52.212-3 may be accessed and completed at http://orca.bpn.gov. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005), 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders?Commercial Items (SEP 2005) and 52.232-18 Availability of Funds (APR 1984) apply to this solicitation. Additional OPM specific clauses apply and may be accessed in Attachment B. OFFERORS MUST READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION AND ACKNOWLEDGE ALL CITED FAR CLAUSES AND PROVISIONS IN THEIR QUOTATIONS. Quotations are due no later than 3:00 PM EDT on November 6, 2007 at the Office of Personnel Management, Contracting Group, Room 1432, Attention: Vernon C. Cooper, 1900 E Street, NW, Washington, DC 20415. Proposals shall be submitted in two volumes, technical and price. The technical proposal shall be submitted in an original and one (1) copy. The price proposal shall be submitted in an original and 1 copy. No cost information shall be included in the technical proposal. The pricing proposal shall be completely separate from the technical proposal. Should you have any questions, contact Mr. Cooper at (202) 606-4356 or via email at Vernon.cooper@opm.gov. Please note that special mail handling procedures may delay timely delivery of mail at the OPM building. Potential vendors are solely responsible for ensuring its offers are received at the designated place and time for receipt of offers. Accordingly, use of commercial delivery services (FedEx, DHL etc.) is encouraged.
- Place of Performance
- Address: West Coast - TBD
- Zip Code: 20415-7710
- Country: UNITED STATES
- Zip Code: 20415-7710
- Record
- SN01439630-W 20071025/071023234156 (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 |