SOLICITATION NOTICE
V -- GLOBAL TARGETING ASSEMBLY
- Notice Date
- 3/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
- ZIP Code
- 20229
- Solicitation Number
- RFQHSBP1006Q0721
- Response Due
- 4/6/2006
- Archive Date
- 4/21/2006
- Description
- The Department of Homeland Security, Customs and Border Protection (CBP), has a requirement for a hotel and conference facility in the Washington DC Metropolitan Area for a three-day symposium during the week of June 19, 2006. This symposium will include a total of 190 attendees. The hotel and conference facility shall provide a block of single/double occupancy rooms at or below the government rate limitation for lodging. The hotel conference shall provide a conference room with seating for 200 and four classroom style breakout rooms for up to 60. Audio visual technology shall be available in all rooms with on demand technical support. The hotel and conference facility shall provide quality catering services sufficiently flexible to meet a variety of needs at a cost that is within the government limitations for per diem. CBP expects the hotel and conference facility to provide a primary point of contact (POC) who will be responsible for supporting the hotel accommodations/check-in, front desk service, conference and break-out rooms, meal arrangement/catering, event technology equipment and ground transportation. Additional details are provided in the attached Solicitation\Statement of Work. This symposium is required for June 19 ? June 23, 2006. The arrival and check-in date of all attendees/hotel guests is Monday, June 19, 2006. The departure and checkout date of all attendees/hotel guests is Friday, June 23, 2006. This acquisition is being solicited on an unrestricted basis; the North American Industry Classification System is 721110 with a size standard of $6 Million. The Point of Contact for this requirement is, Richard Kirby @202-393-8441 ext 262, Fax (202) 393-7565, Email richard.kirby@associates.dhs.gov. Place of Performance: Conference must be held in the Washington DC. metro area and be within a short walking distance (not more than 1/4 mile or approx 440 yards) of a Metro station. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; responses are being requested and a written solicitation will not be issued. Solicitation number HSBP1006Q0721 is being issued as a Request for Quotations (RFQ). This is a RFQ in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07 (02 FEB 2006) and the Department of Homeland Security Acquisition Regulations (HSAR). It is the vendor?s responsibility to be familiar with the applicable clauses and provisions. This RFQ will be issued exclusively through this Government Point of Entry (Fedbizopps.gov). All future information about this acquisition including amendments to this procurement requirement will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Required Services are described in the attached Statement of Work (SOW). Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://arnetfar.Qov, or by contacting the Contracting Officer. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Sep 2005) and FAR 52.212-2, Evaluation-Commercial Items both apply to this acquisition. Vendors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (March 2005) as part of their quotation or provide a reference to their Representations and Certifications on Online Representations and Certifications Application (http://orca.bpn.Qov) (ORCA). The government will award a purchase order resulting from this RFQ to the responsible vendor whose proposal, conforming to the solicitation, is most advantageous to the Government. The vendor must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) database and must provide DUNS number and TIN with quotation. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Order-Commercial Items (Feb 2006) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; 52.247-64 The schedule for this procurement is as follows: Combined Synopsis/Solicitation posted: March 29, 2005 Questions Due: March 31, 2006 NLT noon Answers Posted: April 4, 2006 NLT noon Proposals Due:..April 6, 2005 NLT noon All times are Washington D.C. local time. Questions and Proposals shall be submitted to Richard Kirby by e-mail at richard.kirby@associates.dhs.gov. Quotations must meet all instructions set forth in this combined synopsis/solicitation and are due on April 6, 2006 NLT noon. Reference the RFQ number HSBP1006Q0721 on your submission The Government will award a simplified acquisition under the FAR Part 13 Test Program for Certain Commericial Items resulting from this RFQ to the responsible vendor whose quotation conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Responses will be evaluated on the basis of best value. Evaluation Factors are Technical Acceptability (required accommodations, services etc.) Past Performance and Price. Technical Acceptability is more important than Past Performance. Both Technical Acceptability and Past Performance are more important than Price. Technical Acceptability is the most important criteria. Submissions in response to this RFQ shall be comprised of four (4) parts. (I) The technical submission shall not be more than seven (7) pages. (II) The Past performance submission shall be separate from the technical proposal. The Past performance submission shall not be more than two pages and shall include at least three (3) references of previous similar engagements held over the past three (3) years inclusive of the names, email addresses and phone #'s of Points of Contact. It is the responsibility of the vendor to ensure that all past performance information submitted to the Government is current, complete and accurate. (III) The Cost/Price Submission shall not be more than two (2) pages. The offerors shall breakdown their pricing into the following areas: ITEM DESCRIPTION: Front Desk & Guest Support; Conference/Break Out Rooms, Audio-Visual Support; Transportaion to Sites of Interest; Meals and Break Service; TOTAL The vendor shall list the Unit Price/Day; Units/Days, and Extended Total after each of the Item Description described above. (IV) The Representations and Certifications shall be separate from the Technical Submission, Past Performance Submission and Cost/Price Submission. GSA Schedule Quotations and Quotations against other Government Wide Acquisition Contract Vehicles are encouraged. Facsimile Quotations will not be acceptable. Email all quotes. Offeror?s are encouraged to submit unique, innovative solutions in accordance with their commercial business practices as per the following business objectives: 1. To implement and use an innovative and creative technical approach and business solution to managing a hotel and conference facility for the Symposium that meets the requirements set forth herein in accordance with the offeror?s standard commercial practices. 2. To propose a pricing structure to accomplish the requirements set forth in this Statement of Work. 3. To encourage offeror?s to propose business solutions using performance based contracting techniques with incentives and disincentives designed to reward superior performance (e.g. customer satisfaction, timely submission of deliverables) and poor performance (e.g. loss of dollars) based on commercial quality standards. 4. To accomplish the requirements set forth in this Statement of Work. 5. To provide comprehensive program reporting on issues such as securing the hotel and conference facility etc. 6. To propose a contract type in accordance with the offeror?s standard commercial practices. The Government contemplates the award of a firm fixed price order. STATEMENT OF WORK: In Support of Customs and Border Protection Third Annual Global Targeting Assembly of Technical Experts Statement of Work The document provides specific information on the needs and requirements of the Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP) to successfully convene a three-day ?Global Targeting Assembly of Technical Experts?. This event will take place during the week of June 19-23, 2006. The Assembly will host approximately 190 guests. Scope of Work: The vendor shall provide hotel and conference facilities, and meal and ground transportation services as outlined below. Contracting Officer?s Representative: CBP shall appoint a Technical Point of Contact (TPC) to work closely with the vendor to ensure all terms and conditions of this Statement of Work (SOW) are accomplished. Period of Performance: The period of performance of this contract shall be from the date of award with physical completion of the effort to occur upon closing of the planned conference. The symposium is tentatively scheduled for June 19-23, 2006. The arrival and check-in date of the group of approx. 190 attendees/hotel guests is Monday, June 19, 2006; the same group will check out on Friday, June 23, 2006. CBP will submit a rooming list of all attendees to the hotel on or before May 19, 2006. General: The host is CBP. The vendor shall provide professional staff to organize, coordinate, handle last minute requests and execute all requirements specified in this SOW. The vendor shall work with the CBP COR to ensure that all arrangements are mutually understood concerning arrival times, accommodations, official functions, financial arrangements and any other special information that may impact this symposium. Specific Tasks: Upon direction from the TPC and CBP event primary point of contact, the vendor shall provide support for all attending guests, and shall coordinate and implement all arrangements for this event. Typical support may include but is not limited to coordination of hotel accommodations, front desk service, main session and break-out meeting space, food and beverage, audiovisual equipment, and ground transportation. Lodging Room Specifications: All accommodations must be within the U.S. Government per diem rate of $180 per night, and $64 per day for meals and incidentals. The single standard lodging accommodations shall include a private room with a private bath. In addition to normal hotel unit furnishings, television with basic cable television services, in-room local and long distance telephone capabilities and room wake-up service or in-room alarm clock should be provided. Note: Payment for these services will be made by each individual guest using their own Government or other sponsor?s credit cards. ?Hotel Occupancy Tax Exemption: Under the Hotel 3.163 Regulations for government exemptions, CBP is exempt from all occupancy taxes. ?Front Desk Service: Assist with check in and check-out procedures. The vendor shall verify all guests against the rooming list. CBP will incur the lodging costs of all guests listed on the rooming list. The vendor shall verify that all miscellaneous expenses such as, room service, movies, laundry, local and long distances telephone charges are paid by all attendees prior to departure. Each CBP guest will pay for his or her hotel bill using their Government\Sponsor issued credit card. ?Conference/Break-Out Rooms: Spaces shall be consistent with that defined as a premier setting for the business clientele. Event spaces requested are as follows: a reception room for approximately 200 guests, and four classroom style conference rooms for groups up to 60 guests. All spaces must be equipped with in-house audio visual. Food and beverage: The vendor shall provide an accomplished catering and banquet service to provide morning and afternoon coffee/snack breaks and buffet style meals/lunches on June 20 ? 22, 2006. The vendor shall provide three course luncheons to include: appetizers, i.e., house salad; appropriate condiments, rolls, hot entrees, i.e., choice of poultry, fish and/or beef served with vegetables, pasta and/or rice with assorted desserts. Cost of meals must be within per diem. ?Event Technology Equipment: Request for in-house audio visual in all conference rooms and event technology management staff on site on June 20-22, 2006. ? Ground Transportation: The vendor shall provide ground transportation to major tourist attractions. The vendor may subcontract a local and/or nationwide charter company to provide ground transportation to major tourist attractions. The charter company must be licensed and insured. Services provided by the company may include, but are not limited to: provide orientation of surrounding area/attractions; review itineraries with the hotel and CBP event coordinators; and determine if there are concerns or problems. Deliverables: Within 30 days of the contract award, the vendor shall comprise a Detailed Support Plan for provision of all required support. The plan will include a proposed budget and detailed schedule as applicable. The CBP shall review the Support Plan and provide its acceptance and/or comments to the vendor. The vendor shall be available to CBP for weekly status reports in order to facilitate the coordination of evolving operational and logistical issues in regards to the tasks outlined in the SOW. In addition, the vendor shall provide a daily detailed expense report (to include guest folios) incurred by CBP and its guests during the period of performance. Account Reconciliation: CBP requests that the hotel invoice be prepared in a logical and chronological sequence and that backup data accompany the invoice.
- Place of Performance
- Address: Washington DC
- Zip Code: 20229
- Zip Code: 20229
- Record
- SN01016895-W 20060331/060329211930 (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 |