Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

V -- Hotel/Conferences Baltimore, MD area for FEMA Assistance to Firefighters Grant - SOW

Notice Date
3/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-09-Q-0023
 
Archive Date
4/4/2009
 
Point of Contact
Richard Taylor,, Phone: 3014477271, Matthew Manning,,
 
E-Mail Address
richard.taylor@dhs.gov, matthew.manning@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 2009 AFG 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. The Request for Quotation number is HSFEEM-09-Q-0023 and is supplemented with additional information included (Statement of Work (SOW) Attached). Provisions and clauses in effect through Federal Acquisition Circular 2005-30 are incorporated. This is Full and Open Competition requirement under NAICS 721110, with a Size Standard of $7.0 Million for reporting actions purposes. The Department of Homeland Security (DHS)/FEMA has a requirement for hotel/motel rooms and conference center facilities for the requirements described in the attached SOW for participants attending the FY 2009 Assistance to Firefighters Grant (AFG), and Fire Prevention and Safety (FP&S) in the Baltimore, MD area. DHS/FEMA has tentatively scheduled the multiple conferences for the following periods: April 27- May 1, 2009 (1 week and up to 200 people); May 10-22, 2009 (2 weeks and up to 200 people); and July 27-30, 2009 (4 days and up to 60 people). The Baltimore area for the purposes of this solicitation includes hotels with conference centers within an approximately 30-35 minute travel distance from the Baltimore-Washington International Thurgood Marshall Airport (BWI). The Government procures lodging to insure the availability of rooms for a large number of people at the same location in order to receive at a minimum, the Government rate in accordance with the GSA Federal Travel Regulations. The hotel/motel shall be in compliance with the Hotel/Motel Fire Safety Act. The hotel/motel must be capable of offering facilities accommodating up to approximately 200 or 60 attendees (depending on conference) considering guest rooms and all other business associated conference facilities (See Attached SOW/Details). The hotel/motel shall honor any standard cancellation policy regarding any cancellations, and any billing policy for no-shows, meaning that no-shows will be billed for the date that would have been the date of check-in only. Participants will call the hotel/motel at least 14 days prior to the conference date to reserve their room. Callers will identify themselves as participants (attendees) in the "FY 2009 AFG FP&S Peer Review," and give the hotel/motel the dates for which they will require lodging. Conference attendees will make their reservations by individual call in; rooms will be reserved on each caller's personal credit card. If the hotel/motel is contacted by a Federal Government employee, the caller will be required to pay for their lodging using their personal Federal Government Travel Card. The "Conference Total" quoted price shall represent the total cost for the entire period for which each conference will be held. The "Grand Total" is a Not-To-Exceed price for all conferences quoted - whereby the hotel/motel shall only invoice the Government for, and the Government shall only pay for, conference facilities/space and audio-visual costs if separately quoted cost items, and the actual number of guest rooms not occupied and paid for by anticipated conference attendees during the period of the conference in accordance with the hotel's standard contract terms and conditions. The quote for blocking the number of guests rooms shall be structured in a format that indicates if the break/snack costs are included as part of the quoted room costs, whether or not the conference facilities/space are included as part of the package covering the cost of the guest rooms to be blocked, or if this will be a separate charge in accordance with the offeror's standard contract terms and conditions. Additionally, offerors must clearly indicate the cost of the audio-visual requirements if not included as part of the conference facilities/space. If the break/snack cost, the conference facilities/space and the cost of the audio-visual are not provided as an integral part of the cost of guest rooms to be blocked in accordance with the hotels standard contract, the price of the conference facilities and audio-visual requirements must be clearly listed as separate cost items. If the break/snack costs are not or cannot be included in accordance with the Federal Travel Regulations guest room cost, please clearly indicate this cannot be done as the break/snack requirement and cost will then be deleted in its' entirety from the resulting order. Offerors shall also provide a copy of their standard contract listing all terms and conditions upon which the quote is based. A purchase order in the amount sufficient to cover all quoted costs will be issued to the lowest priced technically acceptable offeror representing the best value to the Government. Upon conclusion of the conference and final determination of final costs such as costs expected to be but not covered by the attendees, conference facilities/space, and costs associated with audio-visual requirements if not included with package quote, will be covered under the commercial purchase order to be issued by the Government in accordance with the hotel's standard contract terms and conditions. Upon final determination and payment of all pending charges payable by the Government in order to satisfy the terms of the hotel's accepted contract, all remaining funding on the purchase order will be de-obligated. The per-night lodging cost shall not exceed the cost listed in the Federal Travel Regulations. Additionally, in order to insure competitiveness, additional discounts are encouraged. It is requested that the Federal Government be granted a general tax exemption for all rooms and conference spaces to be paid for by the Federal Government. Quotes shall be inclusive of the per-night cost per room, a sub-total cost indicating the cost for each of the night periods separately, and a Conference Total for the entire period. In order to be considered for award, the offer must be determined to be technically acceptable. The evaluation factors for this procurement are Lowest Price Technically Acceptable (LPTA). To be determined technically acceptable, the offeror's quotation will be subjected to the following "Go/No Go" criteria: (1) The offeror must demonstrate ability to provide the requested number of guest rooms/nights and associated conference facilities as described in the SOW on the dates indicated, (2) The offeror must be in compliance with the Hotel/Motel Fire Safety Act, (3) The offeror must be registered in CCR prior to award, and (4) The offeror shall not be on the debarred or excluded parties list. This solicitation may result in one award to a single vendor offering the lowest aggregate price for all four weeks of conferences or it may result in multiple awards up to 3 vendors (one award for FP&S, one for AFG, and one for Criteria), whichever provides the best overall value to the government. Vendors are encouraged to offer quotes on all three conference periods, but may submit quotes for any number based on availability of facilities. The following Federal Acquisition Regulation (FAR) provisions apply to this procurement: FAR 52.212-1 Instructional to Offeror-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items. In compliance with FAR 52.212-5, the following additional clauses are incorporated as part of and apply to this acquisition: 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns, 52.222-6 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies. The clause at 52.215-1 Instructions to Offerors-Competitive Acquisitions also applies to this acquisition. Questions regarding this synopsis/solicitation are due in the contracting office by 4:00 P.M. Eastern Time, March 17, 2009, and shall be forwarded electronically to the Contracting Officer at the address below. Answers to all questions will be provided to all respondents at the same time via electronic posting to the FedBizOpps site. Quotes shall be submitted to the Department of Homeland Security/FEMA, National Emergency Training Center, Attn: Richard Taylor, Bldg. D/Room 221, 16825 South Seton Avenue, Emmitsburg, MD 21727, via fax on (301) 447-1242, or via e-mail to richard.taylor@dhs.gov (email quotes are preferred). Quotes shall be submitted not later than 4:00 P.M., Eastern Time March 20, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6c8fc3f48c38c813068f1a16f293d531&tab=core&_cview=1)
 
Place of Performance
Address: Baltimore, MD, Baltimore, Maryland, United States
 
Record
SN01768888-W 20090315/090313215849-6c8fc3f48c38c813068f1a16f293d531 (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.