SOLICITATION NOTICE
X -- Conference Services - Statement of Work
- Notice Date
- 7/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
- ZIP Code
- 46278
- Solicitation Number
- HSBP1011Q0122
- Archive Date
- 8/18/2011
- Point of Contact
- Robert W Sieferman, Phone: 317-614-4590
- E-Mail Address
-
robert.sieferman@dhs.gov
(robert.sieferman@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSBP1011Q0122 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-21. The NAICS code for this solicitation is 721110. The U.S. Customs and Border Protection (CBP), Cargo Systems Program Office Division has a requirement for conference space, catering and audio/visual equipment to hold their Trade Support Network Conference at for an estimated 300 attendees at and establishment that can also provide lodging space for attendees in the Washington, DC metro area in September 2011 in accordance with the requirements detailed in the attached Statement of Work.. Award Factors: The contract will be awarded to the Offeror whose quote, in the opinion of CBP, is considered to be most advantageous to the Government -- price and other factors (technical merit) considered. Technical merit is considered to be more important than price, and, in generally descending order of importance includes: •· Location of facility; •· Ambiance of conference center complex including: •· Quality of conference rooms; •· Proximity of conference rooms to each other; •· Comfort and quality of lodging rooms; •· Proximity of lodging and conference rooms; and, •· Quality and range of dining options available in the center and nearby. •· Relative availability to transportation facilities - metro, airports, trains, major highways, parking; and, •· Past Performance. Offerors are advised that determinations related to technical merit will reflect the considered, but necessarily subjective, evaluation of the space proposed to CBP. Offerors are advised that CBP may award on the basis of initial quotations. Offerors must be compliant with Public Law 101-391, The Hotel Motel Fire Safety Act of 1990 and must be registered in the Federal Emergency Management Agency (FEMA) Listing of Approved Facilities. Offerors must also be compliant with the Americans with Disabilities Act (ADA) and must state compliance in their offer. The selected offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. The full text of a FAR clause may be accessed electronically http://www.acqnet.gov/far. Vendor must be registered in the Central Contractors Registration (CCR) database before an award is made to them. If not registered, you may do so at www.ccr.gov. Vendors are requested to submit a technical and separate price proposal for the effort described in the attached Statement of Work (SOW). Please address any questions to Robert Sieferman via email at Robert.sieferman@dhs.gov no later than 12:00 PM EST on Monday, August 1, 2011. Responses are due no later than 12:00 PM EST on Wednesday, August 3, 2011. Proposals submitted in response to this RFQ will be received via email only. Proposals must be received by the closing date and time stated above. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. To verify receipt of your response, please contact Robert Sieferman via email or phone at 317-614-4590.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1011Q0122/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02514494-W 20110730/110729000042-e745d843c682616dbffcf7892ff2f89e (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 |