SOLICITATION NOTICE
99 -- Complete Meeting Package
- Notice Date
- 3/18/2009
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-09-Q-00080
- Archive Date
- 4/17/2009
- Point of Contact
- Bridgette Otero,, Phone: 2022831461
- E-Mail Address
-
Bridgette.Otero@irs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-09-Q-00080 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Subpart 13.5, Test Program for Certain Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $7 million. The award will be made to one offeror who fully meets the requirements for providing a Complete Meeting Package (CMP) for the Internal Revenue Service (IRS) 2009 One Modernization & Information Technology Services (MITS) Leadership Conference, September, 20-24, 2009. The award will be made on an all or none basis. The Complete Meeting Package must include meeting space, lodging (reserved and guaranteed at the prevailing government conference lodging allowance), two meals per day for two days (Breakfast and Lunch on September 22 and 24), and three meals on September 23 (breakfast, lunch, and dinner), am/pm refreshments breaks, and access to a business center with copier capabilities. This conference also requires the use of state-of-the-art audiovisual equipment that will be procured separately at a later date. Address any mandatory costs associated with audiovisual equipment in CLIN 007. Conference facility/Hotel shall provide a quotation for the following contract line item numbers (CLIN): CLIN 001: (6) single occupancy rooms on September 20, 2009 (330) single occupancy rooms on September 21, 2009 September 22, 2009; (350) single occupancy rooms on September 23, 2009; and (300) single occupancy rooms September 24, 2009; CLIN 002: Office Space to accommodate up to 8 people (perimeter tables), September 21, 2009; (24) hour access to Office space to accommodate 12 people (perimeter tables), September 22 24, 2009; CLIN 003: General meeting room to accommodate up to 330 people (seating in classroom style and (4) six foot tables to accommodate the flow style registration on the September 21, 2009 only), September 21-24, 2008; CLIN 004: (6) to (8) breakout rooms to accommodate up to 40 to 60 people per room (set-up style to be determine), September 21-24, 2009; CLIN 005: Meeting room with internet services, (such as an Internet lounge or caf้) September 21- 24, 2009; CLIN 006: Food/Beverages to include Buffet Breakfast and Lunch for up to 330 people, September 21- 24, 2009; Plated dinner for up 350 people, September 23, 2009 (award ceremony dinner will be held); two (2) refreshment breaks (mid-morning and mid-afternoon) per day for up to 330 people, September 21-24, 2009. Mid-morning refreshment break includes: items such as coffee, tea, sodas, juices, pastries, and fruit; mid-afternoon break includes: items such as coffee, tea, sodas, fruit, cookies, brownies, pretzels and chips; CLIN 007: Mandatory costs associated with use of audiovisual equipment. Please include relevant policies associated with use of audiovisual equipment provided by outside sources. The meeting rooms must be available for use twenty-four (24) hours per day. The conference facility must be in the Dallas, TX area and be within walking distance to a large variety of restaurants. The conference facility and lodging must be housed in the same facility. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meet the following mandatory requirements: (1) Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. Seq (Public Law 101-391) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.dhs.gov/applications/hotel/ (2) the facility must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se (ADA). (3) The facility must have one of the following quality ratings: First class or higher per OAG Business Travel Planner; or Three diamonds or higher per AAA. (4) Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov.). The Government will award a 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 shall be used to evaluate offers: 1) Ability to accommodate conference and lodging during the required time frame; 2) Past performance Offeror must provide three (3) references of same/similar conference size that the Government may contact; and 3) Price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 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; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer Central Contractor Registration. FAR 52.232-18, Availability of funds (Apr 1984). Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than15 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes must include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. ***All questions must be submitted in writing and received by facsimile at (202) 283-1365 or email Bridgette.Otero@irs.gov.***
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d6704724d0420ac43101d1290609cca0&tab=core&_cview=1)
- Record
- SN01771939-W 20090320/090318215834-d6704724d0420ac43101d1290609cca0 (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 |