Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2015 FBO #4838
SOLICITATION NOTICE

X -- CONFERENCE ROOM/LODGING - SOW

Notice Date
2/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Labor, Office of the Inspector General, Frances Perkins Building, 200 Constitution Avenue, NW, Room S5020, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL-OIG-15-Q-00003
 
Archive Date
3/20/2015
 
Point of Contact
CAROLYN F. FOSTER, Phone: 2026937049, Paula Miller-Sheelor, Phone: 2026937050
 
E-Mail Address
foster.carolyn@oig.dol.gov, miller-sheelor.paula@OIG.dol.gov
(foster.carolyn@oig.dol.gov, miller-sheelor.paula@OIG.dol.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation document will not be issued. It is incumbent upon contractors to monitor the FedBizOpps web page (https://www.fbo.gov) for any/all subsequent amendments. FedBizOpps also contains an option for automatic notification services. This combined synopsis/solicitation document and the incorporated provisions and clauses it contains are those in effect through Federal Acquisition Circular (FAC) 2005-78. The NAICS code for this requirement is 721110. The size standard is $30.0 million. This is an unrestricted acquisition. The Government intends to establish Multiple Blanket Purchase Agreements (BPAs) for various conference sites that can provide: refer to the SOW. Hotel location shall be within a 75 mile radius from 200 Constitution Avenue, N.W., Washington, D.C. 20210. The period of performance will be five (5) years. The establishment of this BPA does not guarantee any BPA calls (orders). In the event that the Government has a need for items listed under this BPA, the Government shall order in accordance with FAR Part 13.303. Calls will be placed against the BPA as supplies/services are required. The NAICS code is 721110. DOL/OIG will consider proposals submitted by all offerors who can provide these services; however, the offeror must be a hotel or conference center as a primary line of business in the hospitality industry. The GSA Federal Travel Regulations Per Diem rates are available at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_BASIC&contentId=17943. Information regarding the Federal Travel Regulation is available at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_BASIC&contentId=24030 Technical and/or administrative questions must be submitted in writing to foster.carolyn@oig.dol.gov no later than 2:00 p.m. Eastern Standard Time, Tuesday, February 24, 2015. Responses to all inquiries will be published by amendment to the solicitation and posted to FedBizOpps. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. This is a combined synopsis/solicitation (DOL-OIG-15-Q-00003). Quotations must be submitted electronically. All offers must contain descriptive literature to include information regarding sleeping rooms, meeting room space, diagrams and square footage of meeting space offered, and information regarding amenities of the hotel as well as within the immediate area of the venue. When responding please include the solicitation number DOL-OIG-15-Q-00003 on the subject line of your email message. All documents submitted must be in MS Word, Excel or PDF format. Total size for all proposal material cannot exceed 10MB. Any file larger than 10MB is too large to be accepted by the email system. All quotations are due no later than 2:00 p.m. EST on Thursday, March 5, 2015 to the following e-mail address: foster.carolyn@oig.dol.gov. EVALUATION FACTORS FOR AWARD: The Government intends to award a BPA resulting from this solicitation to the technically acceptable responsible offeror. The factors identified below will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. a. Technical - (1) Offerors shall demonstrate the offeror's experience in providing services similar in nature and scope to this requirement. In addition, the proposal must meet or exceed each of the requirements identified in the attached STATEMENT OF WORK (SOW), and must be located within 75 mile radius from 200 Constitution Avenue, N.W., Washington, D.C. 20210. The offeror must demonstrate ability to provide the requested number of guest rooms and associated conference/meeting facilities as described in the SOW, provided as Attachment A; (2) Offerors must be actively registered with the System for Award Management (SAM) system prior to award per Federal Acquisition Regulation (FAR) 4.1102. Failure to be actively registered will result in disqualification from award consideration. Further information may be obtained at website https://www.sam.gov. (3) Offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Proof of compliance shall be provided with proposal. b. Past Performance - Offerors shall list at least three contracts of similar size and complexity held within the last three years. Past Performance information shall contain the names and phone numbers of the contracting officer or other individual who can verify past performance information. In the case of an offeror without a record of relevant past performance the past performance will receive a neutral rating. c. Price - Offerors shall provide pricing in response to this solicitation. Pricing for conference/meeting space shall indicate pricing per room, per square foot or other commercially acceptable method verifiable by independent means. Offer shall include evidence of commercial pricing available to the general public. Offer shall NOT include pricing for food/meals. Nightly room rates shall be stated and shall not exceed the authorized per diem rate identified for the Washington DC metropolitan area, or as applicable in the event rates would vary slightly by vendor location within the stated allowable distance parameters. The offeror's initial proposal shall contain the offeror's best quote from a price and technical standpoint. The Government intends to evaluate offers and award a BPA without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. PROVISIONS AND CLAUSES: All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/ Of the available clauses, the following apply and are incorporated by reference: 52.212-1 (Jan 2006), Instructions to Offeror -- Commercial Items. The clause 52.212-4 (Sep 2005), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (Jan 2006), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items: 52.233-3, Protest After Award (AUG 1996); 52.222-50 -- Combating Trafficking in Persons; 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 5.225-1, Buy America Act-Supplies (June 2003); 52.225-2, Buy America Act Certificate (June 2003); 52.225-3, Buy America Act-Free Trade Agreement-Israeli Trade Act (June 2006); 52.232-18, Availability of Funds (Apr 1984); 52.232-33, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to awarded will not be considered. Vendors may register with SAM by accessing www.sam.gov. Applicable Government Tax Exempt: Meeting Rooms Rental Fees Basis for Award: Proposals will be evaluated as Firm Fix-Priced (FFP) Lowest Price Technically Acceptable (LPTA). Any Questions regarding this procurement shall be sent to the Contracting Officer, with the subject line "Contract Services for Meeting Locations/Lodging. RFQ Questions shall be submitted no later than 2:00 pm EST on Wednesday, February 25, 2015. In posting questions, Questions shall be written in a manner that enables clear understanding of the Contractor's questions or concerns. Further, Contractors are reminded that DOL will not address hypothetical questions aimed at receiving a potential"evaluation decision." Written answers will be provided via email to all prospective Contractors, giving due regard to the proper protection of proprietary information. Questions/clarifications regarding the solicitation shall be submitted via email to foster.carolyn@oig.dol.gov by Wednesday, February 25, 2015, and will not be answered over the phone. All question(s) will be answered in an amendment to the solicitation posted. Deadline for Quotation Submission is Thursday, March 5, 2015 NOTE: COMMUNICATIONS WITH OTHER OFFICIALS OTHER THAN THE CONTRACTING OFFICIAL INDICATED ABOVE, MAY COMPROMISE THE COMPETITIVENESS OF THIS ACQUISITION AND RESULT IN THE CANCELLATION OF THE SOLICITATION AND/OR EXCLUSION OF YOUR PROPOSAL FROM THIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OIG/WashingtonDC/DOL-OIG-15-Q-00003/listing.html)
 
Record
SN03647647-W 20150222/150220234813-752a80f3f933afa6db62f7fbdd72e659 (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.