Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

X -- Lodging - Package #1

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-FEI-12202011
 
Archive Date
1/14/2012
 
Point of Contact
Bonnie E Boston, Phone: (434) 980-6277
 
E-Mail Address
Bonnie.Boston@opm.gov
(Bonnie.Boston@opm.gov)
 
Small Business Set-Aside
N/A
 
Description
OPM Specific Clauses This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement/solicitation is unrestricted to both large and small business. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-53. The NAICS code is 721110, and the small business size standard is $6 million. Incorporated by reference is FAR 52.212-1, Instructions to Offerors - Commercial and Addenda. Offerors must include a completed copy of FAR 12.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be viewed at: http://orca.bpn.gov. Incorporated by reference is FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated at the end of this solicitation. Full text of clauses may be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.232-33. This combined synopsis solicitation will result in either single or multiple award fixed-price contract(s) for lodging. Objective The objective of this procurement is to locate a local hotel to lodge federal executives while they attend leadership training programs at the Federal Executive Institute (FEI). Requirements Specific requirements include: •a. Contractor must provide individual sleeping accommodations for each individual. •b. All rooms need to be of equal quality. •c. All rooms must be located at the same facility. •d. Must have rooms accessible to handicapped individual available, if necessary. •e. All rooms must have access to the internet in bedrooms. •f. Respondents must be primary provider of all services. No submissions from third party providers will be considered. Dates •a. Approximately 25 guests will check-in on January 21, 2012 Approximately 25 guests will check-out on January 27, 2012 •b. Approximately 25 guests will check-in on February 11, 2012 Approximately 25 guests will check-out on February 18, 2012 •c. Approximately 25 guests will check-in on March 3, 2012 Approximately 25 guests will check-out on March 10, 2012 •d. Approximately 17 guests will check-in on March 17, 2012 Approximately 17 guests will check-out on March 30, 2012 •e. Approximately 25 guests will check-in on April 21, 2012 Approximately 25 guests will check-out on April 27, 2012 Location Requirements •a. Contractor/rooms must be located within ½ mile (walking distance) to the Federal Executive Institute, 1301 Emmet Street, Charlottesville, VA 22903 or provide shuttle service. Proposal Submission Evaluation and Award REQUIRED: Vendor must be registered in the Central Contractor Registration (CCR) database. Registration can be accomplished at WWW.CCR.GOV. Proposals submitted under this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations. PLEASE PROVIDE COST PROPOSAL INFORMATION SEPARATELY FROM THE TECHNICAL PROPOSAL. The contractor shall provide a fixed-price for each contract line item as well a total cost for the contract. PROPOSALS NOT CONTAINING A TOTAL COST WILL BE REJECTED AS NON-RESPONSIVE. Descriptive literature regarding your facility shall be submitted with your proposal including sleeping rooms, eating/restaurant spaces, menus, hotel parking fees, laundry services. The contractor's facility must have one of the following quality ratings: First class or higher per the Official Hotel Guide; Three crowns or higher per the OAG Business Travel Planner; or Three diamonds or higher per AAA. The Contractor's facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). The Federal Executive Institute reserves the right to conduct an on-site inspection of offered facilities. The technical proposal should include details describing contractor's ability to provide the service requirements listed above. The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and secondarily price. Evaluation factors: 1. Technical capability to meet the requirements in this solicitation; 2. Quality of facility based on quality rating; 3. Past Performance and Experience; 4. Location; and 5. Price. (Items 1 - 4 when combined are more important than price). Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 Evaluation of Commercial Items. Award may be made with or without discussions with the offeror(s). Therefore, your offer should include your lowest pricing. Please include a daily breakdown, as well as a total cost. The Federal Executive Institute is a tax exempt entity; please do not include taxes in proposal. All responsible sources that can meet the requirements and provide the services listed above may submit a technical proposal, a separate cost proposal and the other information described above. An offer that does not meet the solicitation requirements may be rejected as non-responsive. Inquiries concerning this Statement of Work are to be directed to Bonnie Boston 434-980-6277 bonnie.boston@opm.gov Only electronic proposals will be accepted. Proposals must be submitted to: Bonnie.boston@opm.gov It is the responsibility of the contractor to ensure their proposal has been received. Proposals must be received at FEI no later than Friday, December 30 at 1:00 p.m. (EDT). Award will be made on or about January 2, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-FEI-12202011/listing.html)
 
Place of Performance
Address: Charlottesville, Virginia, 22903, United States
Zip Code: 22903
 
Record
SN02642386-W 20111222/111220234230-245f41d01384b1182299a3615d2e6608 (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.