Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2008 FBO #2348
SOLICITATION NOTICE

V -- Conference Rental

Notice Date
4/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
876900000601
 
Point of Contact
James M. Huff,, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for "suites" within a hotel; the hotel must be within 10 mile radius to the Dallas-Ft. Worth Airport with free shuttle service available between the airport and the hotel. This is a combined synopsis / solicitation. Hotel must be within 1/2 mile distance and a safe walk of another hotel (to house the candidates) Provide list of available hotels within the quote. Hotel must be within a 1/2 mile distance and safe walk from one or more restaurants with a full/varied menu. Provide names of local restaurants. Hotel must be able to feed lunch to approximately 92 individuals a day for $18 per person or less, and to provide light snacks in connection with training activities to participants. Hotel must be able to provide two separate spaces to feed lunch to approximately 46 people each. (See below comment in regards to food and without food) (Number is subject to change until all numbers are finalized in June 2008 with DOJ approval.) Hotel must be able to provide two (2) conference rooms, each at least 1,000 square feet and with similar configurations, on the same floor, to be used as the candidate administration rooms. These rooms must have the capability to allow access to the Internet via government-provided laptop computers. Hotel must be able to provide twenty three (23) suites, with 3 chairs around a table in the sitting area, to be used as the test rooms for the individual interviews. These rooms must be in close proximity to one another. (Number is subject to change until all numbers are finalized in June 2008 with DOJ approval). Hotel must be able to provide one smaller meeting room or sleeping suite, furnished with sufficient tables, to be used as the "Director’s Office" to include one VCR and monitor for the entire period. This space must be in the general vicinity of the 2 conference rooms described above or the 23 testing suites. Provide approximately forty six (46) sleeping rooms for agency employees, to be provided at government rate or better. These rooms will be individually billed to each traveler and not be included on the final purchase order, although the rate per room will be looked at overall to determine fair and reasonableness proposal. Final purchase order will contain only the cost for the 2 conference rooms with AM and PM break costs included, 1 director's office, the 92 plus or minus lunches, (See below comment in regards to food and without food) and the 23 plus or minus testing rooms. (Price on proposal should be given on the 2 conference rooms, a per room per day rental to include the refreshments needed for the morning and afternoon, the director's office per room per day, a per lunch cost per day and finally a per room per day room rental for the testing rooms. Final numbers are still unknown for the testing rooms). Please provide a proposal including food (lunch and snacks) and without food. ATF will conduct an onsite inspection of any proposed hotel to ensure all requirements are met prior to award. Award will be based on meeting the specifications listed above on an All or None basis, and the best value to the government. This requirement is a 100% small business setaside, however, if the government does not receive responses from small businesses that are responsive and reasonable, other businesses will be considered. The government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A “premium” is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and / or Past Performance standpoint. Price will be rated as the most important factor, followed by required and or desired features and finally past performance. Provide 3 references for past performance. This award will be made utilizing the simplified acquisition procedures under FAR Part 13.5. All FAR Part 12 Clauses/Provisions are applicable. Dates are as followed: December 1st to December 13th, 2008. Awardee must be registered in the Department of Defense’s (DOD) Central Contractor Registration database (CCR) for electronic Funds Transfer (EFT) NO SOLICITATION IS AVAILABLE. All interested parties must submit a quote by May 6th, 2008 no later than 3:00 PM EST. Quotes must include price and product literature information. Quotes are acceptable via e-mail at james.huff@atf.gov. Attn: Jim Huff
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2daf1999d3790fa18d7f0b5730a5cc28&tab=core&_cview=1)
 
Place of Performance
Address: Dallas, Texas, United States
 
Record
SN01563207-W 20080501/080429220321-2daf1999d3790fa18d7f0b5730a5cc28 (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.