Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOURCES SOUGHT

V -- Hotel and Ancillary Services Competition RFI

Notice Date
7/31/2020 7:43:30 AM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
IRS - NEW CARROLLTON LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
HotelRecompeteRFI
 
Response Due
8/20/2020 1:00:00 PM
 
Archive Date
09/04/2020
 
Point of Contact
Michelle A. Greene
 
E-Mail Address
michelle.a.greene@irs.gov
(michelle.a.greene@irs.gov)
 
Description
The United States Department of the Treasury Hotel and Ancillary Services The United States Department of the Treasury (�Treasury�) has a nation-wide requirement for Hotel and Ancillary services. The North American Industry Classification System (NAICS) code for this request is 721110- Hotels (except Casino Hotels) and Motels.� In advance of the formal release of Request for Proposals, industry representatives are encouraged to review the Draft Statement of Work (Attachment J-1) and Draft Hotel Response Form (Attachment J-2). Vendor representatives are welcome to submit statements of interest discussing their capabilities and providing comments to the Draft SOW and Draft Hotel Response form and other points for consideration. The contents of these submissions will remain proprietary.� Please email these statements, not to exceed 10 pages in length, to michelle.a.greene@irs.gov no later than 4pm EST. August 20, 2020. Include in the title line �Statement of Interest: Treasury Hotel and Ancillary Services.� Clearly mark all submissions containing proprietary information as such to insure the protection of that information. Submission of a statement is not a requirement to participate in the procurement. Background Information This is a follow-on effort.� Four parent IDIQ contracts were awarded under solicitation RFP TDP0037.� Individual task orders are then placed off of each parent contract in accordance with the needs for each order (location, facilities, etc). Procurement Strategy Initial contract award: Treasury anticipates conducting a full and open competition and awarding indefinite-delivery/indefinite quantity (IDIQ) contracts to multiple qualified companies. The anticipated term is five years, composed of one base year and four option years. Awards will be best value in character based on meeting or exceeding the requirements stated in the Statement of Work, hotel quality, past performance, and price. Awardees will be expected to comply with sub-contracting requirements stated in Federal Acquisition Regulations (FAR) Subpart 19.7 �The Small Business Subcontracting Program.� Not-to-Exceed nation-wide price ceilings for each service will be established in the IDIQ contract award document. Sleeping room rates, for example, shall not exceed established GSA lodging per diems. Individual orders: As each individual event requirement arises, it will be competed amongst IDIQ contract holders. The vendor will be encouraged to submit prices lower than those established in the base contract. Award of the task order for that event will be made based upon a combination of ability to accommodate the required service, price and past performance. Task Order awards for each event will be made consistent with FAR 16.505 �Ordering.� This task order competition/award process is intended to be minimally burdensome to both vendor and Government. Requirement Please review the following attachments: Attachment J-1 SOW 7.29.20 DRAFT Attachment J-2 Hotel Response Form 7.29.20 DRAFT Timeline Release of Request for Proposals�����������������1st� quarter FY21� (tentative) Announcement of Awards����������������������������� 2nd quarter FY21 (tentative) Issuing Office U.S. Department of the Treasury Internal Revenue Service DCOS/Procurement OS:OCPO:BSA:HQ:TO:P, Stop C7-430 5000 Ellin Road Lanham MD 20706
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aef5753646184e618f564f205c08df4a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05742146-F 20200802/200731230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.