SOLICITATION NOTICE
U -- Conference and Accommodation Support
- Notice Date
- 8/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
- ZIP Code
- 20536-0001
- Solicitation Number
- HSCEMS-09-Q-00051
- Archive Date
- 9/17/2009
- Point of Contact
- DEBORA WOOD, Phone: 2027322627, Karen Glass, Phone: 202732-2592
- E-Mail Address
-
debora.wood@dhs.gov, Karen.Glass@dhs.gov
(debora.wood@dhs.gov, Karen.Glass@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603c(N) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number HSCEMS-09-Q-00051 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The DHS-ICE Office of Acquisition Management, Washington, DC, is soliciting for and will award a Firm-Fixed-Price purchase order for an approximate total of two hundred fifty (250) rooms to be blocked, light refreshments, and lunch with an anticipated number of participants of two hundred (200) for a conference to be held on November 9 - 13, 2009.. The hotel must be secure, providing a safe environment. The hotel must also be able to accommodate security requirements imposed by conference attendees. (1) Provide single occupancy rooms to include: One queen size bed, or two double beds, or a King sized bed, television, telephone, equipped with the adequate lighting and hot and cold fresh water, adequate heating, air conditioning, and ventilation, and restroom and shower facilities. Daily maid services shall be provided to clean the room, disinfect the sanitary area and trash removal. Clean washcloths and towels shall be provided daily. All rooms reserved will be non-smoking rooms. (2) Charges: Telephone calls, meals, beverages, room services, movies or other lodging services are not chargeable to ICE, nor are to be shown on any purchase order billing documents for the individual rooms. The individual room occupants will be fully responsible for charges incurred during the time of their stay at the hotel. The following provisions and clauses will be in the purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), NOTE: 52.212-1 must be reviewed completely in containing the guidelines for submission of your quotation. 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) All vendors shall submit a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with your quote. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-8 Annual Representations and Certifications; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. Contractors must have a valid Cage Code and DUNS number. By submission of an offer, the offeror acknowledges that a prospective awardee must be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the CCR database will make an offeror ineligible for award. Inspection and acceptance will be made at destination. In accordance with FAR 52-212-2, the Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable 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 offerors are listed in order of importance: (1) Capability to meet the Statement of Work requirements, (2) Past Performance and (3) Price. 1) Capability: To determine the hotels capabilities, the contractor must furnish information regarding the hotel features and facilities that are being offered. Descriptive brochures, literature or pictures that provide pertinent information will be accepted and reviewed. Data must be submitted with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 2) Past Performance: The quoter must provide references for at least three (3) federal government contracts/purchase orders for the same or similar services. Contracts should have been awarded within the past three (3) years. Contact information for each reference shall include the following: Contract type, Contract number, Contract value, Point of contact name and phone number, Type of services provided, List any problems encountered on each contract and the contractor's corrective actions. 3) Price: The Government will evaluate price in comparison to the quotes received. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor's submission of a signed quotation which has not taken exception to the schedule. The quote shall include any fees that may be incurred due to a cancellation after a specified date. The hotel shall block 250 sleeping rooms and shall provide all requirements specified for conference needs in Parts A, B and C below, and lodging rates must be within the Government Per Diem rate of $283 (or prevailing Government Per Diem Rate at time of conference) for the Downtown Waikiki Beach, HI area. A response to requirements listed below shall be submitted on letterhead and shall address all requirements listed in a separate technical proposal. A hotel contract shall be submitted with your proposal, along with descriptive literature to include meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel i.e., parking, shuttle services; transportation to/from airport, AV equipment and menus. Statement of Work The hotel facility shall accommodate approximately 250 attendees with the following needs for: Part A: Hotel Lodging: Participants will check in on Monday, November 9, 2009, checking out on Friday, November 13, 2009 (see breakdown below). Rooms must be individual/private sleeping rooms with toilet facilities. Payments for Part A shall be the sole responsibility of each participant, to include no-show fee. Part B: Meeting Space: One (1) Large conference and one (1) break out General Session Meeting Rooms needed for Tuesday, November 10, 2009 through Thursday, November 12, 2009 to accommodate 250 set up with chairs and conference tables, without pillars and 9-ft or greater ceiling (a minimum of 3500 square feet), and internet capability in each room. Head Table for faculty materials and water station at front side of room and plenty of room for audiovisual equipment (2-Screens), possible rear-view projection. Part C: Refreshment and Lunch 1) Light refreshments for morning and afternoon breaks (regular and decaffeinated coffee, assorted juices, fruits, pastries/cookies, soft drinks, bottled water), for approx. 250 people on Tuesday, November 10 through Thursday, November 12, 2009, please provide menus. 2) Lunch for approximately 250 people buffet deli style on Tuesday, November 10 through Thursday, November 12, 2009, please provide menus. All proposals submitted shall remain valid for ninety days to accommodate possible legal reviews. Award will be made to the offeror determined to be low price technically acceptable to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Immigration and Custom Enforcement (ICE) reserves the right to conduct an on-site inspection of offered facilities. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. The technical proposal submitted by an offeror that is not a hotel, must describe the technical approach for the offeror's services as a prime contractor and must also include a copy of insurance and all necessary licenses in order to be considered a complete technical proposal for evaluation purposes. This is not a solicitation for Event Planning Services. Any offer that does not meet the solicitation requirements will be rejected as non-responsive. The following provisions and clauses shall apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov/far (FAR The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. The anticipated award date is Tuesday, September 8, 2009. Quotation information may be submitted electronically via e-mail, or by fax. Submit responses to: Immigration and Customs Enforcement (ICE), Department of Homeland Security, 801 I St NW, Suite 980, Washington, DC 20356, Attn: Debora Wood, Contract Specialist telephone 202-732-2627, facsimile 202-732-7201, Debora.wood@dhs.gov Reference solicitation number: HSCEMS-09-Q-00051 on all documents and requests for information. The response date for this solicitation is Wednesday, September 2, 2009 at 3:00 pm Eastern Standard time. Notification of any revisions to this solicitation will be provided via the Federal Business Opportunities (FBO) website at http://www.fbo.gov. All questions or inquires must be submitted in writing prior to 1:00 p.m. Eastern Standard Time, Thursday, August 28, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/HSCEMS-09-Q-00051/listing.html)
- Place of Performance
- Address: Waikiki Beach, Hawaii, United States
- Record
- SN01927374-W 20090828/090827000719-5b220b19ca2ca6ad2de2a0d47775f7be (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 |