SOLICITATION NOTICE
X -- 2018 IHS Phoenix Area Special Diabetes for Indians Meeting - RFQ
- Notice Date
- 2/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
- ZIP Code
- 85004-4424
- Solicitation Number
- RFQ-18-PHX-10
- Archive Date
- 3/16/2018
- Point of Contact
- Joshua L Pearlman, Phone: 6023645022
- E-Mail Address
-
joshua.pearlman@ihs.gov
(joshua.pearlman@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpar 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # RFQ-18-PHX-10 and this notice is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial service. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96. This requirement is unrestricted under North American Industrial Classification Standard (NAICS) code: 721110; Small Business Size Standard: $32.5 million and NAICS code: 721120; Small Business Size Standard: $32.5 million. Interested parties must quote on all line items. Partial quotes will not be accepted. Only one (1) firm fixed price contract award will be made as result of this combined synopsis/solicitation. STATEMENT OF WORK REQUIREMENTS: Indian Health Service (IHS) - Phoenix Area Office (PAO), 40 North Central Ave., Phoenix, Arizona 85004-4424 has a requirement for lodging, parking, and meeting space on April 24-26, 2018 for a location in Phoenix, Arizona. Proposed hotel location must be within the following delineated area and must be located within walking distance of local amenities and public transportation: Phoenix, Arizona Downtown Corridor West: 3rd Street East: 1st Avenue North: Fillmore Street South: Jefferson Street Phoenix Biltmore Area West: 20th Street East: 32nd Street North: Lincoln Dr South: E Campbell Ave Scottsdale / Fountain Hills West: N Scottsdale Rd East: Fort McDowell Rd / Mustang Way North: E Dynamite Blvd South: Shea Blvd The contractor must be able to provide all requirements specified for conference needs below. Rooms provided for lodging shall be private rooms with adequate toilet facilities. Audio/visual support for equipment setup will be required. The hotel must provide lodging rates within the Government per diem rate or lower for the area. Government travelers will be checking in on April 24, 2018 and checking out on April 26, 2018. IHS - PAO Acquisition Management reserves the right to conduct an on-site inspection of offered facilities. Each conference attendee will be responsible for calling the hotel and making their own reservations and securing the reservation on their own credit card. The hotel should provide a cutoff date by which the reservations must be made to avoid paying for rooms not reserved for the conference dates. Contractor shall release rooms at a date and time most advantageous to the Government. Contractor shall clearly state on what date the rooms will be released from the reservation block. To be eligible for award under this solicitation, the hotel facility shall be listed with its current status on the System for Award Management (www.sam.gov), be FEMA approved, be 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 (www.usfa.fema.gov/hotel/search.cfm). Offers proposing facilities that are not listed will be rejected as technically unacceptable. In addition, the offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.). Hotel must be able to accommodate any special requirements associated with the aforementioned acts. The facility must have a 3 Diamond AAA rating or better (according to the AAA Diamond Ratings System). The Government will only pay for actual rooms used. The Government is not responsible for long-distance phone calls, movie rentals, internet fees and room service charges. Additionally, potential contractors are notified that the Government shall not authorize or release payment for any food or beverage under this potential Contract or provided purchase order. Awarded contractor agrees to receive and store conference items one week prior to arrival. If the selected contractor must accommodate the lodging rooms at multiple hotels this must be identified in their proposal and coordinated with the Government before the conference date. All offers must either be accompanied by Representations and Certifications and the offeror must be currently registered in the System for Award Management (https://www.sam.gov) The preferred dates are April 24 - 26, 2018. No other alternate dates will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/RFQ-18-PHX-10/listing.html)
- Record
- SN04818835-W 20180211/180209231357-ccabdd0158f7740abe657a32bef6c5bd (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 |