SOLICITATION NOTICE
99 -- Hotel Accommodations, Meeting Space - SOW
- Notice Date
- 10/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029
- ZIP Code
- 19103-2029
- Solicitation Number
- RFQPA0900100
- Archive Date
- 11/28/2009
- Point of Contact
- John Robb, Phone: 215-814-5468
- E-Mail Address
-
robb.john@epa.gov
(robb.john@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- Section B, Statement of Work, Attachment I This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Meeting Space, Hotel Services, and Audio Visual Support located within a six (6) block radius of the EPA's Region III Officer, located at 1650 Arch Street, Philadelphia, PA 19103 IAW 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. Period of performance is April 25 thru 30, 2010. Request for Quote RFQ-PA-09-00100 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is NOT a solicitation for Event Planning Services or 3rd Party Event Planning Services. The EPA will not consider a proposal submitted by an offeror that is not a hotel. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable and will not be considered for award. To be eligible for award under this RFQ, the offeror must propose a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et.seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm ; and must be registered on the Central Contractor Registration website (www.ccr.gov). Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-36. This solicitation is unrestricted and constitutes the only bid document that will be issued. Contract Line Items: Reference the attachment. Description of Requirements: Reference the attachment. Period of performance: April 25 thru 30, 2010. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Evaluation criteria is as follows: Item 1. Technical Capability of the services offered to meet the Government's requirement. Item 2. Past Performance: Contractor shall provide a list of three (3) sources/references, preferably Government customers, for completed work in the last five (5) years which are similar in scope, magnitude, relevance and complexity to this requirement. Contractor shall provide a point of contact, telephone number, Order Number, brief scope of work, total dollar value, and period of performance. The EPA may also contact other sources not listed, as well as contact internal EPA sources that may have contracted with the vendor in the past Item 3. Price. Award will be made to the offeror who represents the best overall value to the Government. Award will be made to the lowest priced, technically acceptable offeror. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors above. Evaluation may be made with or without discussions with the offeror(s). The EPA reserves the right to conduct an on-site inspection of the offeror's proposed facilities. All responsible sources IAW FAR Part 9.1, that meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. FAR 52.212-3 Offeror Representations and Certification-Commercial Items. (Offerors MUST include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with their proposal OR vendors may complete and reference the following commercial clauses at the ORCA web site: https://orca.bpn.gov/ FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(15) thru (22), Service of Protest (Sep 2006). FAR 52.232-18 Availability of funds (Apr 1984) applies to this solicitation. **** Proposals shall include all information required in FAR 52.212-1, Schedule of Prices Offered, Technical Proposal and Past Performance Information, completed copy of provision 1552.223.71 and a completed copy of provision FAR 52-212-3. Full text of each clause may be found at http://www.arnet.gov/far Offerors MUST include a completed copy of 1552.223-71 EPA Green Meetings and Conferences: 1552.223-71 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 biobased or biodegradable products, including biobased cafeteriaware? 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 suppliers network, or other initiatives? Include A Green Meeting @ information in your quotation so that we may consider environmental preferability in selection of our meeting venue. End of Clause Interested sources shall submit all price, descriptive literature, technical proposals, and Hotel Contract to John M. Robb, Contracting Officer, US EPA, Region III, 3PM10, Philadelphia, PA 19103. Phone 215-814-5468, Fax 215-814-5211, or email robb.john@epa.gov. Contractor shall submit two (2) each copies of the technical portion of their quote, and one (1) each copy of the price quote. The technical portion and the price quote shall be separate. Faxed or emailed quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQPA0900100/listing.html)
- Place of Performance
- Address: Philadelphia, PA, Philadelphia, Pennsylvania, 19103, United States
- Zip Code: 19103
- Zip Code: 19103
- Record
- SN01984607-W 20091015/091013234841-1616797d4f398f2dfc18e7891bed8eb8 (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 |