SOLICITATION NOTICE
X -- Conference Space Rental and AV Support Services - Statement of Work
- Notice Date
- 2/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721120
— Casino Hotels
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- 12-236-SOL-00022
- Archive Date
- 3/22/2012
- Point of Contact
- Kenneth Coriz, Phone: 3014435668, Irisneia Merscher, Phone: 301-443-5774
- E-Mail Address
-
kenneth.coriz@ihs.gov, iris.merscher@ihs.gov
(kenneth.coriz@ihs.gov, iris.merscher@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work for 2012 IHS Partnership Conference i) 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. (ii) Solicitation number 12-236-SOL-00022 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. (iv) The North American Industry Classification System (NAICS) code is 721120 and the business size standard is $30 Million. This acquisition is unrestricted. The Indian Health Service intends to award a firm fixed price purchase order. (v) The Indian Health Services seeks Conference Space Rental and AV support services for the Indian Health Service Partnership Conference to be held April 10-12, 2012 in Reno, NV. (vi) See attached Statement of Work (SOW). (vii) 801 Thompson Ave, Rockville, MD 20852 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and verification that the offeror can meet the location requirements in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The quotes will be evaluated on price, availability, and location. The evaluation and award procedures in FAR 13.106 apply. This is a best value decision and award may be made to other than the lowest priced offeror. (a) The Government intends to award a firm-fixed 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 will be used to evaluate offers: (1) Price (2) Availability (3) Location: Reno, NV metropolitan area. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2012), to include the following clauses listed at paragraph (b): 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3 Convict labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving (Aug 2011 (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; (xiii) n/a (xiv) n/a (xv) Due date for submissions is March 7, 2012, 2pm ET. All questions regarding this solicitation should be submitted in writing to kenneth.coriz@ihs.gov by February 24, 2012, 2pm ET. Due to possible fax and email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Kenneth Coriz, Contract Specialist, 301-443-5774.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/12-236-SOL-00022/listing.html)
- Place of Performance
- Address: Reno, NV metropolitan area, Reno, Nevada, 89502, United States
- Zip Code: 89502
- Zip Code: 89502
- Record
- SN02677485-W 20120218/120216235227-a064ee843462085e85b4d8534de7f065 (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 |