SOLICITATION NOTICE
R -- IT Security and Operations Conference
- Notice Date
- 12/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, 4930 Old Page Road, Research Triangle Park, NC, 27703, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- PR-NC-08-10093
- Response Due
- 1/2/2008
- Archive Date
- 1/31/2008
- Point of Contact
- Joel Smith, Contract Specialist, Phone 919 541-0184, Fax 919 541-1075, - Joel Smith, Contract Specialist, Phone 919 541-0184, Fax 919 541-1075
- E-Mail Address
-
SMITH.JOEL@EPA.GOV, SMITH.JOEL@EPA.GOV
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Part 13, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation PR-NC-08-10093 is being issued as a Request for Quote (RFQ). All responses from responsible sources will be fully considered. The U.S. Environmental Protection Agency intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) 13. This requirement is being solicited as an unrestricted procurement on a full and open competitive basis. The North American Industry classification System (NAICS) code for this acquisition is 721110 size standard of $6.5M. This requirement being solicited is for a Conference Package for IT Security and Operations. The place of performance is in the Denver, CO metro area. The contractor shall propose a three-part package price for this procurement to include Room Rental (by room), Light Refreshments and Audio Visual Items. The period of performance of the conference is 07 April 08 through 11 April 08. The conference will begin Monday either a.m. or p.m. and ends Friday at noon. Check-In will be Sunday 06 April 08, for 275-285 guests. Room rental adequate meeting space is required for the conference to be held from Monday thru Friday. Listed below are room specifications: * General Session & Breakout #1 to include 300 attendees in a Classroom Setting with Internet Availability. * Breakout #2 to include 75 people in a classroom setting with Internet Availability. * Breakout #3 to include 90 people in a classroom setting with Internet Availability. * Demo Room - to include accommodations for 18-20 PCs around the wall for demos, multiple outlets, Tables with chairs and Internet Availability (Monday thru Thursday only) * E-mail Room - 5-6 PCs, 1 Printer, table with 8-10 Chairs, Internet Connection for up to 25 people with additional chairs around the perimeter. * Two small Office rooms - 1 for small meetings and 1 for conference planners. * Registration area required. * Vendor Exhibit - Corridor/Foyer area, a table with 2 chairs, power, with Internet connectivity. * The Hotel should accommodate from 275-285 guest(s) rooms * Internet Access for General Session, Breakout 2 & 3, E-mail Room and Demo Room for the entire week. Hotel Location Requirements * The Hotel must accept Federal Government Per Diem Rate. * Central location with restaurants in walking distance from the hotel that attendees can walk to for lunch and get back within an hour. * Fitness Center inside the hotel * Easy access to airport and local attractions. * Light Refreshments (all 5 days) in early and mid morning and the afternoon. Light refreshments are defined as ?to include , but not limited to, coffee, tea, milk, juice, soft drinks, donuts, bagels, fruit, pretzels, cookies, chips or muffins.? * AV/IT on site and available equipment provided. * Wireless internet access in the public areas. FAR provisions and/or clauses referenced are available on-line at http://www.arnet.gov/far/. Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation -Commercial Items is hereby incorporated. The evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and make award without discussions. The following factors shall be used to evaluate quotes: Quality, Past Performance, Environmental Preference and Price. 1). Quality of property - This includes, but is not limited to, hotel layout, location, ease or access and security, cleanliness, ability to meet AV requirements, etc. 2). Past Performance - In hosting similar events of this magnitude and type. 3). Environmentally preferable features and practices. Positive responses to questions provided in Clause 1552.223-71 (below) 4). Price - Total price of conference room rentals, light refreshments and any other miscellaneous costs. Flexible attrition and cancellation terms will also be considered when looking at price. The government will award on the basis of best value. Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. To obtain a copy of the provision at this website http://www.epa.gov/oam/rtp_cmd/. Clause 52.212-4, Contract Terms and Conditions - Commercial Items is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.222-3, Convict Labor (E.O. 11755), 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332), 52.239-1, Privacy or Security Safeguards (5 U.S.C. 3332), EPAAR 1552.211-79 COMPLIANCE WITH EPA POLICIES FOR INFORMATION RESOURCES MANAGEMENT . 1552.223-71 EPA Green Meetings and Conferences. EPA GREEN MEETINGS AND CONFERENCES (MAY 2007) (a) The mission of the EPA is to protect human health and the environment. We expect that all Agency meetings and conferences will be staged using as many environmentally preferable measures as possible. Environmentally preferable means products or services that have a lesser or reduced effect on the environment when compared with competing products or services that serve the same purpose. (b) As a potential meeting or conference provider for EPA, we require information about environmentally preferable features and practices your facility will have in place for the EPA event described in the solicitation. (c) The following list is provided to assist you in identifying environmentally preferable measures and practices used by your facility. More information about EPA?s Green Meetings initiative may be found on the Internet at http://www.epa.gov/oppt/greenmeetings/. Information about EPA voluntary partnerships may be found at http://www.epa.gov/partners/index.htm. (1) Do you have a recycling program? If so, please describe. (2) Do you have a linen/towel reuse option that is communicated to guests? (3) Do guests have easy access to public transportation or shuttle services at your facility? (4) Are lights and air conditioning turned off when rooms are not in use? If so, how do you ensure this? (5) Do you provide bulk dispensers or reusable containers for beverages, food and condiments? (6) Do you provide reusable serving utensils, napkins and tablecloths when food and beverages are served? (7) Do you have an energy efficiency program? Please describe. (8) Do you have a water conservation program? Please describe. (9) Does your facility provide guests with paperless check-in & check-out? (10) Does your facility use recycled or recyclable products? Please describe. (11) Do you source food from local growers or take into account the growing practices of farmers that provide the food? Please describe. (12) Do you use bio-based or biodegradable products, including bio-based cafeteria-ware? Please describe. (13) Do you provide training to your employees on these green initiatives? Please describe. (14) What other environmental initiatives have you undertaken, including any environment-related certifications you possess, EPA voluntary partnerships in which you participate, support of a green supplier network, or other initiatives? *** Include Green Meeting information in your quotation so that we may consider environmental preferability in selection of our meeting venue. Signed and dated quotes referencing the RFP number PR-NC-08-10093 must be submitted, no later than 2:00 p.m. January 02, 2008, to Dan Neustedter at FAX (919) 541-0611 or neustedter.dan@epa.gov. Dan Neustedter is the point of contact regarding this solicitation and can be reached at (919) 541-4749, Fax (919) 541-0611, Email neustedter.dan@epa.gov
- Place of Performance
- Address: Denver, CO
- Zip Code: 80014
- Country: UNITED STATES
- Zip Code: 80014
- Record
- SN01468838-W 20071214/071212225010 (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 |