Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

X -- Revenue Agent Training - SOW and Vendor Quote Sheets

Notice Date
12/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-10-Q-CDO01B
 
Archive Date
1/19/2010
 
Point of Contact
Sharlene A Hagans, Phone: 202-283-1471
 
E-Mail Address
sharlene.a.hagans@irs.gov
(sharlene.a.hagans@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
VENDOR QUOTE SHEET - Option Period II VENDOR QUOTE SHEET - Option Period I VENDOR QUOTE SHEET - Base Period Statement of Work 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. The Request for Quotation (RFQ) number is TIRNO-10-Q-CDO01A and is supplemented with additional information. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 – Hotels (except Casino Hotels) and Motels. This industry comprises establishments primarily engaged in providing short-term lodging in facilities known as hotels, motor hotels, resort hotels, and motels. The establishments in this industry may offer food and beverage services, recreational services, conference rooms and convention services, laundry services, parking, and other services. The small business size standard is $7.0 million. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. The Internal Revenue Service (IRS) will not consider a proposal submitted by an offeror that is not a hotel. This is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. Proposals shall be submitted on letterhead and must address all requirements listed, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel, i.e. parking, shuttle service, transportation to/from airport and menus. The Internal Revenue Service (IRS), Human Capital Office (HCO) has a requirement for a contractor to provide a full service conference and training facility as described in the attached Statement of Work (SOW) for employees attending the Revenue Agents Training Conference in the Atlanta, GA area. Sources must be able to provide lodging, meeting space, food and beverage service, audiovisual equipment and business center services to meet IRS training needs for 12-weeks for up to 200 employees. The period of performance will be for twelve (12) weeks base period with two twelve-week option period. This requirement is SUBJECT TO THE AVAILABILITY of FY 2010 funds. Base period: March 7, 2010 through May 29, 2010 Option period I: June 13, 2010 through September 4, 2010 Option period II: September 6, 2010 through November 27, 2010 The award will be made to the offeror who fully meets the requirements for providing up to 1875 room nights (reserved and guaranteed at or below the prevailing government rate; individually paid by IRS employees) and full service conference and training facility to include registration area, space for plenary administration orientation, breakout rooms, office space, instructors prep room, HSPD 12/ID Media room, booth room, Modernization & Information Technology Services (MITS) Room, food and beverages, and audiovisual equipment. The meeting room must be available for use twenty-four (24) hours per day. The conference facility and lodging must be housed in the same facility. The facility shall provide adequate security personnel within the hotel; parking availability; walking distance of 5 – 10 minutes or less to restaurants, physical fitness centers, drug stores, entertainment areas and shopping. All quotations received must include an explanation of shuttle transportation available, and indicate additional cost, if any. Quotations must also include cost of parking if applicable. 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; and (4) contractor must be registered in Central Contractor Registration (CCR) system (www.ccr.gov). The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government, price and other factors considered. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the total price. The Government reserves the right to evaluate proposals and make award without conducting discussions, but reserves the right to conduct discussions with one or more offerors and request revised proposals. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. 1) Technical Capability: a) Contract Requirements - Proposals will be evaluated on the offerors ability to provide all of the requirements relating to lodging, meeting space, audiovisual equipment and food and beverage requirements. Proposals must address the offerors’ ability to comply with the Hotel and Motel Fire Safety Act of 1990 and the Americans with Disabilities Act (ADA) as it relates to lodging and meeting spaces. b) Location – Proposals will be evaluated on the ability of the offeror to provide a facility located in Anaheim, CA. c) Site Visit – As part of the technical evaluation, the IRS reserves the right to conduct a site visit at each of the hotels that submits a quotation. If a site visit is conducted, it will consist of one or more IRS representatives meeting with the appropriate hotel staff, in order to evaluate the hotel in terms of meeting the conference requirements. d) Availability of Dates - Proposals will be evaluated on the ability of the offeror to provide the required services on the dates requested. e) Other Considerations - Transportation to major airports, availability and cost of on-site guest parking and diversified, adequate and reasonable food services must be available on-site and within walking distance. 2) Past Performance: The offeror must provide references for at least three (3) federal government contracts for similar work performed within the past three (3) years. The offeror will be evaluated based on customer satisfaction and timeliness on requirements similar size and scope. The contact information for each reference shall include the following: a. Contract Value; b. Agency/Company Name; c. Agency/Company point of contact telephone number; d. Duration of Contract; and e. Type of services provided (brief description) 3) Price: Price will be evaluated in terms of cost for accommodations, services, cancellation fees, attrition costs and refreshments. Proposed prices will be compared to proposed cost of same or similar services in order to determine if the proposed prices are realistic, fair and reasonable. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 (months). The provisions at FAR 52.212-1, Instructions to offerors - Commercial and FAR 52.212-2, 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. FAR 52.232-19 Availability of Funds. The Government's obligation for performance of this contract beyond the date identified above is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. 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 quotes must be received no later than 4:00 pm (Eastern Standard Time) on January 4, 2010 to: Internal Revenue Service (IRS), Office of Business Operations, Attn: Sharlene Hagans, 9th Floor, 6009 Oxon Hill Road, Oxon Hill, MD 20745 or via email to Sharlene.a.hagans@irs.gov (email quotes are preferred). All communications concerning this announcement must be in writing and received by 3:00PM (Eastern Standard Time) no later than three (3) calendar days after the publication date of the notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-10-Q-CDO01B/listing.html)
 
Place of Performance
Address: Atlanta, GA, United States
 
Record
SN02026740-W 20091219/091217235233-be5ba0b08730a7df51984683b775a2c2 (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.