Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOLICITATION NOTICE

X -- Conference Space and Audio Visual Rental - RFQ Documents & Statement of Work

Notice Date
5/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
15-236-SOL-00021
 
Archive Date
6/23/2015
 
Point of Contact
Kenneth Coriz, Phone: 3014435668, ,
 
E-Mail Address
kenneth.coriz@ihs.gov, ihsdapsolicitations@ihs.gov
(kenneth.coriz@ihs.gov, ihsdapsolicitations@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ Documents & Statement of Work i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation number 15-236-SOL-00021 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. (iv) The North American Industry Classification System (NAICS) code is 721120 and the business size standard is $32.5 Million. This acquisition is unrestricted. The Indian Health Service intends to award a firm fixed-price purchase order. (v) The Indian Health Services seeks Conference Space Rental and AV Support Services for the National Behavioral Health Conference to be held August 4-6, 2015. (vi) See attached Statement of Work (SOW). (vii) 801 Thompson Ave, Rockville, MD 20852 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet (DUNS) number, 5) Taxpayer ID number and 6) Pricing and verification that the offeror can meet the location requirements in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Oct 2014). - The quotes will be evaluated on price, availability, and location. The evaluation and award procedures in FAR 13.106 apply. This is a best value decision and award may be made to other than the lowest priced offeror. (a) The Government intends to award a firm-fixed purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Price (2) Availability - Quotes must include the following: a) the address of venue b) confirmation that proposed conference space is capable of facilitating the activities described in the Statement of Work for the anticipated 200 attendees c) a detailed description of the A/V equipment to furnished (3) Location: Phoenix, AZ Metropolitan Area (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) Website, the offeror shall complete only paragraphs (c) through (p) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2015), to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.222-3 Convict labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management; 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) Additional Department of Health and Human Services Acquisition Regulation (HHSAR) Clauses: 352.222-70 Contractor cooperation in equal employment opportunity investigations 352-270-1 Accessibility of Meetings, Conferences, and Seminars To Persons with Disabilities (xiii) n/a (xiv) n/a (xv) Due date for submissions is June 8, 2015, 2:00 pm ET. All questions regarding this solicitation should be submitted in writing to kenneth.coriz@ihs.gov by May 29, 2015, 2:00 pm ET. Due to possible fax and email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Kenneth Coriz, Contract Specialist, 301-443-5774.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/15-236-SOL-00021/listing.html)
 
Place of Performance
Address: Phoenix, AZ Metropolitan Area, Phoenix, Arizona, United States
 
Record
SN03741144-W 20150524/150522234937-c0abb0b948100fa7dee282df260c764e (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.